Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05944 - AMERICAN ASPHALT 2009-10 ANNUAL SLURRY SEAL CP 09-13
DOCUMENT TRACKING Page:1 Report: One Document Detail October 4,2010 Condition: Document Number a5944, Document# Description Approval Date Expiration Date Closed Date A5944 FY 2009-10 Annual Slurry Seal CP 09-13 03/03/2010 ►ompany Name: American Asphalt South, Inc. ►ddress: Mr.Jeff Petty,Vice President, 14436 Santa Ana Avenue,Fontana,CA 92337 :ontact: Mr.Petty Proup: ENGINEERING Contract Amt. Total Paid Balance Orvice: In File $568,170.17 $568,170.17 ;Ref: Marcus Fuller (760)323-8270 is.Status: Certificate and Policies are OK Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid cab NOC to Felipe for recording 09108/2010 kdh Council approved 5B 03103/2010 $546,665.40 kdh to CM for sig IN FILE 03123/2010 kdh C01 under$25k CM may auth 08/19/2010 $21,504.77 kdh C01 to CM for sig distrib to Carrie R IN FILE 08119/2010 *****ENDOFREPORT****** �i: DOC # 2010-0455133 09/23/2010 08:00A Fee:NC Page l of 9 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder RRecording equested by and I IIIIII IIIIIII IIII IIIII IIIIII IIII IIIIII III IIIII IIII IIII After Recording Return to: S R U PAGE SIZE DA MISC ;CT RFD COPY City Clerk EXAM City of Palm Springs M A L 465 426 POOR NCDR NCH cx� Box 2743 T: UNI U Palm Springs, CA 92263 Pursuant to Government Cade Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply, NOTICE OF COMPLETION "er NOTICE IS HEREBY given that: gip I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. II. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 27th day of July,2010. V. The name of the contractor(if named)for such work of improvement was: American Asphalt South, Inc. 14436 Santa Ana Ave. Fontana, Ca. 92337. VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: 2009/2010 Annual Slurry Seal. CP#09-13 VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Various Streets within Sections 2,25& 30. IX. City Project No.09-13,Agreement Number: 5944, Minute Order No.: N/A CITY OF PALM SPRINGS: BY: K—L i DATED: T-ZG w /n Senior Public Works Inspector Mike Lytar"4 DATED: q r /J BY: Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. I Clerk-James Thompson Index No. 0110 Ir l City of Palm Springs CONTRACT CHANGE ORDER Date: June 27, 2010 TO: American Asphalt South, Inc. P.O. Box 310036 Fontana, CA 92331 City Project No.: 09-13 Project: 2009/2010 Annual Slurry Seal Change Order No.: One (1) Contract Purchase Order No. : 10-0603 : 0 Account No.: 134-4498-50100 Agreement No.: 5944 513 CHANGES IN WORK/COST j A2 Type II Slurry Seal -3,786 @ $0.1375/SF ($520.58) B2 RPMS Slurry Seal 29,246@ $0.151SF ($4,386.90) B3 Striping/Markings Lump Sum Deduction ($1,479.75) New Items: A. Apex Reflective Markers Lump Sum/Agreed Price $1,100.00 B. Add. Striping E. Palm Can. Lump Sum/Agreed Price $950.00 G. Add RPMS Slurry SPC 52,700.@ $0.15/SF $7,905.00 D. Add RPMS Slurry EPC/Sunrise Lump Sum/Agreed Price $13,737.00 E R&R Striping EPC/Sunrise Lump Sum/Agreed Price $4,200.00 Total - Increase amount $21,504.77 REASONS FOR CHANGES Adjustments to Items A2, B2 and 133 are due to the actual quantities required to complete construction being less than the original estimate. I Item A. Apex Reflective Markers: Reflective Pavement markers were switched from '3M' to 'Apex". This item represents the difference in cost for the purchase and handling of the Apex markers. Item B. Additional, Striping East Palm Canyon: Additional striping details are to be installed on the North side of East Palm Canyon between Araby Rd. and Farrell Dr. Item C. RPMS Slurry, South Palm Canyon Additional RPMS Slurry seal will be placed on South Palm Canyon Drive between Murray Canyon Drive and Bogart Trail. Item D. RPMS Slura, East Palm Canyon/Sunrise Additional RPMS Slurry seal will be placed at the intersection of East Palm Canyon and Sunrise Way from back of crosswalk to back of crosswalk. Item E. Remove and Replace Striping Thermoplastic cross walks and all raised pavement markers will be removed and replaced in the intersection of East Palm Canyon and Sunrise Way. Replacement includes raised pavement marker radius details in all directions. Note: No additional mark ups will be added to any item on this change order. Source of Funds $13,599.77 will be charged to account No.: 134-4498-50100 (09/10 Slurry Seal). Item C in the amount of $7,905.00 will be charged to account No.: 812-8192-65171 (South Palm Canyon Widening). Summary of Costs: Original Contract Amount: $ 546,665.70 This Change Order: $ 21,504.77 Previous Change Orders: $ 0.00 Revised Contract Amount: $ 568,170.47 II l • �i. } Contractor Approval I /We do hereby agree to the change(s) and prices to the contract for work as specified herein. All Work specified in and initiated by this change order to be performed according to the provisions set forth in the original contract unless otherwise noted. American Asphalt South, Inc Signature of A thorized Aepresentative Date P� VICE P4�5/DoL/F- Print Name Title City Approval Prepared by: 1_9- 10 Sr. Public Works Inspector Date Recommended by: City Engineer Date I Approved by: t)b w ty manager Date i i i 1 Approved by: i d$ h3 r a City Clerk Date i Distribution: QAn final Executed CoieS ed File Cooy Contractor (1) Engineering File (1) City Clerk (1) Sr.Public Works Insp. (1) Finance (7) 01PPROVED BY CITY COUNCIL. III APPROVED BY CITY MANAGER AGREEMENT a 0117 THIS AGREEMENT made this 'bo� day of h�(Ag1v 2GG by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and American Asphalt South, 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: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of Rubber Polymer Modified Slurry (RPMS) or Tire Rubber Modified Slurry Seal (TRMSS) on Racquet Club Road, from Aurora Drive to Sunrise Way; Avenida Caballeros, from San Rafael Drive to Vista Chino; and East Palm Canyon Drive from Sunrise Way to Gene Autry Trail; and construction of Type II Slurry Seal on various City streets in Section 2, Township 4 South, Range 4 East between San Rafael Drive and Vista Chino, from Indian Canyon Drive to Sunrise Way; traffic striping; and all appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself 200912010 SLURRY SEAL AGREEMENT FORM CITY PROJECT N0.09-13 AGREEMENT AND BONDS-PAGE 1 January 14,2010 aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ARTICLE 3 — CONTRACT PRICE Bid Schedules A & B: $646,665.40 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 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 2009/2010 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.09-13 AGREEMENT AND BONDS-PAGE 2 January 14,2010 representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Date By. Agreement No. City Clerk ifWIT-1fao 16 APPROVED BY CITY COU;1�CiL APPROVED M, TO FORM: i By City Attorney Date 3• J • CONTENTS APPROVED: By j % k City Engineer Date 3 &C" !o City Manager Date � ' a�v 2009/2010 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.09-13 AGREEMENT AND BONDS-PAGE 3 January 14,2010 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. CONTRACTOR: Name: American Asphalt South, Inc. Check one:_Individual_Partnership X Corporation Addross: 14436 Santa Ana Avenue Fontana, CA 92337 —r Signa ure (notarized) Signature (notarized) Name: ��✓C�n -�ll"� I Name:- 1vl8 5-Ave Title: Via j4w' t o - Title: 5ecrelqy (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 State of ., . County of L6, 1,3�z ss County of ss before me, before me, . - personally appeared^i per, personally appeared e personally known to me (or proved toto me on the personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) is/ire. subscribed to the within whose name(s) is4pw subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that hel,she/they executed the same in his/,Lw_tL & he&4TCthey' executed the same in his/,bcr/thdr authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(S) acted, acted, executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary SignatureNotary Signature. �_, � Notary Seal: Notary Seal: RI CHARD ENTRIKIN v RICHARD ENTRIKIN C OM M N785LWOR NOTARY PUBLIC-CALFORNu N N COMM.*I&VA 8f og Q BAN BERNARDINO COUNTY ` - ✓r ^ NOTARY PU&.IC-CALIFORNIq N r Ah Ca Ewk"JUL.13,2013_t' © SAN BERNAROINO COUNTY N Ay CMM-EXPWM JUL.13,2013 2009/2010 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.09-13 AGREEMENT AND BONDS-PAGE 4 January 14,2010 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: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 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 fumish 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 L Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, Or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements Of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. I 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 BID AGREEMENT January 14,2010 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 therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder By: -(Signature) Title: 2009/2010 SLURRY SEAL CITY PROJECT NO.00-13 BID AGREEMENT January 14,2010 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Various City Streets in Section 2, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price 00 1. Traffic Control -- - LS $� Crack-sealing, crack-filling and construction of Type 11 Slurry Seal, including mobilization, and all ,,, 7r UO." f 2. appurtenant work on various City 1,927,712 SF $ 1 �5 $ 1 streets (as listed in the Appendix)within Section 2, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all non- 19� o0 3. reflectorized and reflectorized raised --- LS $._3 , 7 pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE A: / r $ �.9 too �O J (Price in figures) T�IrEf- Se4O,1-0000-%a.JD tQ 1 CEL— (Price in words) NOTE: THE BASIS OF AWARD IS BID SCHEDULE A ONLY. Name of Bidder or Firm 200912010 SLURRY SEAL CITY PROJECT NO-09.13 BID SCHEDULE A January 14,2010. BID FORMS-PAGE 4 I ALTERNATIVE BID SCHEDULE B Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 I Racquot Club Road, from Aurora Drive to Sunrise Way Avenida Caballeros, from San Rafael Drive to Vista Chino E. Palm Canyon Dr., from Sunrise Way to Gene Autry Trail in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- LS $ Crack-sealing, crack-filling, and construction of Tire Rubber Modified Slurry Seat (TRMSS), Including mobilization, and all appurtenant work 2. on Racquet Club Road (Aurora Dr- to 1,145,102 SF Sunrise Way), Avenida Caballeros (San Rafael Dr. to Vista Chino), and E. Palm Canyon Dr. (Sunrise Way to Gene Autry TraiD . Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised -- L5 pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price In figures) (Price in words) NOTE. BIDDERS MUST BID ON EITHER BID SCHEDULE B OR ALTERNATIVE BID SCHEDULE B. BIDDERS MAY BID ON BOTH BID SCHEDULE B AND ALTERNATIVE BID SCHEDULE B. Name of Bidder or Firm I 2009/2010 SLURRY SEAL CITY PROJECT NO.09.13 ALTERNATIVE BID SCHEDULE B January 14,2010 BID FORMS-PACE 6 BID SCHEDULE SUMMARY Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 In Palm Springs, California TOTAL OF ALL ITEMS OF BID SCHEDULES A AND B: (Note: if there is no/bid submitted for Bid Schedule B, mark this as "Not Applicable"). (Price in figures) FWe HUA0C)t-70 V S o.sa.I S 1jya (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULE A AND ALTERNATIVE BID SCHEDULE B: (Note: if there is no bid submitted for Alternative Bid Schedule B, mark this as "Not Applicable"). (Price in figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. ��YPYi«Ty fP✓�/.fa��,�f�.las; Name of Bidder or Firm 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 BID SCHEDULE SUMMARY January 14,2010 BID FORMS-PAGE 7 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)l—1 (shall not be less than 50%) Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address !2(al 1 '5rn 5T tmeery _V1 17t� z. Relxlace (0�5387 �3,tp STtzlPlnq Rw10 PAVem¢n'� ^.�-� �'lIL S'Tt2rPE /n1C .,,,,,,•� mcaer,rlgs �''�_S. G SST SArJ iraUuto CA 012410 3. 4. 5. 6. 7. 8. 200912010 SLURRY SEAL CITY PROJECT NO,09-13 January 14,2010 LIST OF SUBCONTRACTORS BID FORMS-PAGE 8 I i BID SCHEDULE B Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Racquet Club Road, from Aurora Drive to Sunrise Way Avenida Caballeros, from San Rafael Drive to Vista Chino E. Palm Canyon Dr., from Sunrise Way to Gene Autry Trail I In Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- LS $ ('1,dOC7.6O Crack-sealing, crack-filling, and construction of Rubber Polymer. Modified Slurry (RPMS), including mobilization, and all appurtenant work /� ' 2. on Racquet Club Road (Aurora Dr. to 1,146,102 SF $ D I $ 21J&5 � Sunrise Way), Avenida Caballeros (San Rafael Dr. to Mista Chino), and E. Palm Canyon Dr. (Sunrise Way to Gene Autry Trail) Removal and replacement of all existing traffic striping (including all non- 00 3. reflectorized and reflectodzed raised --- LS $ pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) Nv D Thtr " s+trTho HvnvLpis (Price in words) NOTE: BIDDERS MUST BID ON EITHER BID SCHEDULE B OR ALTERNATIVE BID SCHEDULE B. BIDDERS MAY BID ON BOTH BID SCHEDULE B AND ALTERNATIVE BID SCHEDULE B. Name of Bidder or 20OW2010SLURRY SEAL CITY PROJECT NO.09-13 BID SCHEDULE a January 14,2010 BID FORMS-PAGE 5 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) SS. County of ) I Z/C sbe being first duly sworn, deposes and says that he or she //is of �i�►c�n'�&g f*hl* Jr.y!� the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title .SCCre Organization Ors otv 6!7 ,, Address /���� � �'0k .drove �irl�r r�4 l.� 9.P.337 200912010 SLURRY SEAL CITY PROJECT NO.09-13 NON-COLLUSION AFFIDAVIT January 14,2010 BID FORMS-PACE 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,l. .'S.�G' ��»:e.'.. „ ..x.—.. �'r,F:c,ii��-e('!�' ,. .i.t:.<,'"�:�fh...n.ur i, M :v;f'"-L'•e c�`C'n,":"�"�4•,..,�5.;c.�Mi:r�'1�r:`�•,..e �,4y S State of California ss. County of 94_0. 13c'rnr!fdln0 1 ir before me, 16g p Name and Tna of Officer ia.V.."bane Doi,Ni POW) personally appeared NPmP(A)nl SI�B,fz 1 X proved to me on the basis of satisfactory evidence a to be the person(VJ whose nam*@a'j ism .dg subscribed to the within instrument and 2I RICHARD ENS TR t acknowledged to me that he/slur} Tesr executed � ! COMM•#t3544SI r. the same in his/kref(thri authorized NOTARY PIl*LIC•C 44LIA N ? o SAN6ERNAROINOCOUNTY I� capacity(ie�, and that by his(herltkeTf I >) my Corning.ExP6—JUL 13,FN3 signature(I}J an the instrument the person(*), or �) the entity upon behalf of which the persorfor j acted, executed the instrument. , WITNESS my hand and official seal. 1 Signature cf Noicary Public OPTIONAL ('I 77)ough the Information below is not required by haw,it May Provo Valuable to persons relying on the.document and could Prevost fraudulent rernavat and reattachment of this form to another document. Description of Attached Document fi; n Title or Type of Document ........ ........._ ( Document Date: .-__...._.....-........................... Number of Pages: Signers)Other Than Named Above: .............._._.—__ .u.- -...-- L; I Capaclty(les) Claimed by Signer �� Signer's Name: f I IndividualTop or thumb Hero I' [_I Corporate Officer—Title(s): I' J Partner—❑ Limited l General ;. J Attorney-in-Fact L.: ❑ Trustee r ❑ Guardian or Conservator rl Other: __..—. ....._ -...................-- Cti Il5Signer Is Representing ""�.z`.�.�-d:�:."���i.�={:t*'CL`Cu`!%i`���`,,,�:.rsc,�;: Jew'�i`ex;�.C.�^w�a;'CzyZY4�` •4,. ,�.�:i�`" ?%G?�,•�.�..�..4(` .•2+�'�.h 01e Neli4ndl NUlPry Mu<clP11 ,0i DP Solo Ava.,P.C.SDx'2402•chillcrvodh.CAS131324o2•www.mYolidIrro .m{♦ Pmd No.SWr Hccxkc Call Toll-i1-8W.S]6 am27 BID BOND KNOW ALL MEN BY THESE PRESENTS, That American As halt South Inc. as Principal,and The Guarantee Company of North America USA as Surety, are held and firmly bound unto the City of Palen Springs, hereinafter called the"City'In the sum of: Ten Percent(10%)of the total amount bid ($-------------------------) dollars (not leas than 10 percent of the total annourit of the bid) for the payment of which sum, well and truly to be made,we bind ourselves, our hairs, 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 CWs Contract Documents entitled: 2009/2010 ANNUAL SLURRY SEAL, CITY PROJECT NO.09-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and In the manner required in the "Notice Inlritlng'Bids" and the "Instructions to Biddere 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, othervAse it shall remain in full force and effect. In the event suit Is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs Incurred by said City In such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED,this 9th day of February,2010. PRINCIPAL: America South, Inc. Check one: ,Individual,_partnership, n shalt n (Cerporaftna requlre two signatures; orre horn each of the fallowing groups: A. Chairman of Board, Presiders,or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer), By ! - SURETY: CThe Guarantee Company of North America USA (NOTARIZED) Print--�1-Name and/�Vile; Uy By Signature AVriatt04 (NOTARIZED) (NOTARIZED) Print Na/me and Title: Print Name and Title: Zv A' -114oe, ►y James B. Shea,Attorney_In-Fact • 2009/t01e SLORRY WAL T� SO 9OND(Sin 9E00Fp rY FORM) GTr PROJECT NO.0�1 S uI0 FORW-PAGE 11 Ja�ry 14,201a CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I �1 State of California ss. I� County of a n ,fir rrc3 fC1 Y n c7 .1 J y On �� I&%C�before me,�L 4C rr 4 r-d c-n 7 ri kY n - l�o��t Name and Tide d officer(e.g.,-dame NA.'a—,Puhlii I personally appeared —Lyle yle .St6r)e 'fJe,rre(e)of siemedal h I gl proved to me on the basis of satisfactory evidence I to be the personA whose name(ej islarE' I' subscribed to the within Instrument and 'I RICHARD ENTRIKIN acknowledged to me that h0 executed COMM.S185A48t g I ' NOTA1ty PVeuO•CAt1FORNIA N the same In hisLkef/1hetP authorized $AN BERNAROlNO COUNTY N capacityalog), and that by his()aeT1SH¢lf I My Camm.E»a�O1.13,]019 signatureW on the instrument the person(&), or the entity upon behalf of which the personw acted, executed the instrument. 1 WITNESS my hand and official seal. h Signewre d Noary Pohllc I I OPTIONAL Though the information below Is not required by law,it may prove valuable to persons relying on the documenf and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: S Document Date:_. Number of Pages: Signer($)Other Than Named Above: I Capacity(iss) Claimed by Signer Signer's Name: .,.. I c LJ Individual Top of thumb here L Corporate Officer—Title(s): 1 CJ Partner—❑ Limited []General I' 71 Attomey-in-Fact 1 ❑ Trustee I, LI Guardian or Conservator ❑ Other: I i i Signer Is Representing: 01999 NePonal Notary Aeeodmfion•aaeo op eolo Ave.,P.O.%x 2m •Chamamm,CA 9191321 •wrm.ne,ionelnmaw.mp Prod.No.5007 Reorder Call Toll-Free 1-¢9o.e�7 CALIFORNIA ALL-PURPOSE, ACKNOWLEDGMENT State of California County of Santa Clara On February 9, 2tllo before me, D. Guzman, Nota Public Date P•a Man, entlnae of Un aecer ••_.__.._.,—............, personally appeared James B. Shea, Attorney-in-Fact Neme(e)M Sgmr(sj who proved to me on the basis of satisfactory evidence to be the person($) whose name(j) Ware subscribed to the within Instrument and acknowledged to me that D. GUZMAN he/sheffheyexecuted the same in his/ke authorized Commission# 1762739 capaoity(ies), and that byy hls/herAheirsignature(o) on the -r Notary Public- California a~ instrument the person(, or the entity upon behalf of z Santa Clara County which the person(¢) acted, executed the Instrument. My Carom.Expires Aug20,2011 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 an Tdi5 seal.Place Notary Seel Ab Signature„-,- P 'gnatw p(yry Pugk OPTIONAL Though the information below is not requ)red by law,it may prove valuable to persona milking on the document and could prevent fraudulent removei and reattachment of this brm to another document. Description of Attached Document Title or Type of Document: Document Date:_._.. Number of Pages: ..............,...._....... ......-- Signer(s)Other Than Named Above: Capaclty(les)Claimed by Signer(s) Signers Name:T„.._ Signer's Name: LJ Individual ❑ Individual ❑ Corporate,Officer—Titie(s): LI Corporate Officer—Title(s): C:I Partner—LJ Limited Cl General LJ Partner—❑ Limited ❑ General L_I Attorney in Fact WISM ❑Attorney in Fact I 1 Trustee Tpp of thumb here ❑Trustee Top of thumb here F1 Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: OfrAO]NOiq]al Naeery Aeemetlon•Bxa De Bao A,g.,P.D.amt 21a2•Chnisrgrry,,CA 9131�2COe•vaw.NaHayNoreryarg IPem K5a3] Reitler:GlTd-Erne 190G®'r6dS0Yf THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS!That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan, having Its principal once in Southfield,Michigan,does hereby constitute and appoint Jeffrey N. Aber, James B. Shea, Dora M. Hackett, Dianna Guzman Leavitt Pacific Insurance Brokers,Inc. Its true and lawful attorney(s)an-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, Contracts of Indemnity and other writings obligatory in the nature thereof,which are or may be allowed,regWred or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s)In pursuance of these presents,shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all Intents and purposes, as If the same had been duly executed and acknowledged by Its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Director's of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting hold on the W day of December,2003, The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall Have power and authority: t. To appoint Attomey(s)•in•facl,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 revoke,at any time,any such Aftomey-In-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Kentucky Department of Highways only, H is agreed that the power and authority hereby given to the Atomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Atome�is signed and sealed by facsimile pursuant to resolution of the Beard of Directors of the Company adopted at a meeting duly called and held on the 31 day of December 2003,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company maybe affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking, contracts of Indemnity and other writings obligatory In the nature thereof,and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and Its corporate seal to be affbeed by Its authorized officer,this 5° day of b y January,2009, T� THE GUARANTEE COMPANY OF NORTH AMERICA USA �.rr� STATE OF MICHIGAN Stephen Dullard,Vice President Randall Musselman,Secretary County of Oakland On this 5° day of January,2009 before me Came the individuals who executed the preceding Instrument,to me personalty known,and being by me duly sworn, said that each Is the herein described and authorized officer of The Guarantee Company of North America USA; that the Seal affixed to said Instrument is the Corporate Seal of Bald Company;that the Corporate Seal and each clgnaturs were duly affixed by order of the Board of Directors of said Company. Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto sat my hand at The Guarantee Notary Poetic, State of Michigan Company of North America USA offices the day and year above written. Ccunty of Oakland My Commission Expires Peenrery County 2012 IlrtlL.CQL../ /t f Azt 'Acting Expires Oanand County �( I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full farce and effect. IN W#ESSSS WHEREOF,I have thereunto set my hand and attached the seal of said Company this 9th day of February,2010. `v J Randall Musselman,Secretary BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDD CONTRACT R$ f 9me and treet Address: r"iCQl9 �/ 2. CONTRACTOR'S Telephone Number: ( Facsimile Number: 3. CONTRACTOR'S License: Primary Classification State License Number(s) AWIV? Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Ae / Qra✓lee CAS N ae'ArW e k-7 Address IW61 �r ✓� dT . .9�U.if+.,.J,T� rlwrW rW 9y'f.T4 Surety Company � l�i�i� Cil1z �.�U1QrXe 8ia {�►T Telephone Numbers: Agent (yDM 46 4/ 0 Surety( !` _41- .rIX-1D%O 5. Type of Firm (Individual, Partnership or Corporation): COr"�40m.49✓) A 6. Corporation organized under the laws of the State of: LQ7gr��g 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: �7e .41 , .ire �rr•�r� 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 BIDDER'S GENERAL INFORMATION January 14,2010 BID FORMS-PAGE 12 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: ;7171 9. List at least three related projects completed to date: a. Owner See /4415Pal Address Contact L 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: ae Ike m 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. 2009/2010 SLURRY SEAL CITY PROJECT NO-09-13 January 14,2010 BIDDER'S GENERAL INFORMATION BID FORMS-PAGE 13 REFERENCE LIST AGENCYICONTACT PROJECT NAME DOLLAR AMOUNT DATE COMPLETED CITY OF LAWNDALE SLURRY SEAL ON VARIOUS CITY STREETS $120.412.81 May-09 ALBERT MENDOZA (310)973-3261 CITY OF MONTEREY PARK 2009 SLURRY SEAL OF VARIOUS STREETS $91,041.57 May-09 VENNIE BERMUDEZ (626)307-1325 CITY OF SAN GABRIEL FISCAL YEAR 2008-09 SLURRY SEAL PROJECT S235.332.24 Jun-09 JASON WELDAY (909)594-9702 CITY OF SAN DIEGO SLURRY SEAL GROUP 1, FY 09;K094471C PENDING Jul-09 KIM LASELLE (619)527-5455 CITY OF MANHATTAN BEACH 2O09 SLURRY SEAL PROJECT $271,179.75 Jul-09 ISH MEDRANO (310)802-5357 CITY OF ROSEMEAD ANNUAL 2008-2009 SLURRY SEAL PROJECT $147:238.11 Aug-09 RAFAELFAJARDO (626)569-2151 CITY OF R. CUCAMONGA FY 2009/2010 LOCAL STREET PAVEMENT $285.774.75 Aug-09 ROMEO DAVID REHABILITATION (SLURRY SEAL)AND PARKING (909)477-2740 X4070 LOT RESURFACING (SEALCOAT)AT VARIOUOS LOCATIONS CITY OF LAGUNA N IGUEL FY 09-10 CITYWIDE ROADWAY SLURRY SEAL, $1,248,754.19 Se"9 FRANK BORGES PROGRAM,CASH CONTRACT NO,09-09 (949)362-4325 CITY OF P.Y. ESTATES FY 09110 SLURRY SEAL PROJECT $156,045A6 Sep-09 FLORIZA RIVERA (310)3780363 REFERENCE LIST AGENCYICONTACT PROJECT NAME DOLLAR AMOUNT DATE COMPLETED CITY OF LA HABRA HEIGHTS 2009 ANNUAL ROAD MAINTENANCE PROJECT $314:830.68 Sep-09 BRUCE BARRETTE (ZONE 3) (562)694-6302 CITY OF CHINO HILLS FY 2008-09 STREET IMPROVEMENT PROJECT $735.829.20 Oct-09 ANNE DUTREY PROJECT NO. S09003 (909)364-2760 CITY OF EL CAJON STREET RESURFACING 09 RUBSERIZEID SLURRY $654,426X Oct-09 MIKE DUDAS VARIOUS STREETS (619)441-1763 CITY OF FONTANA ASPHALT PAVEMENT RESTORATION PROJECT PENDING Dec-09 KEITH KRAMER FOR VILLAGE OF HERITAGE, SOUTHRIDGE VILLAGE (909)350-6644 AND ISLAND ANNEXATION AREA III, PROJECT 8B-0I-PVN-10 CITY OF PASADENA SLURRY SEAL OF STREETS-2009 PENDING IN PROGRESS ELVIN JIANG (626)744-6912 CITY OF RIALTO PENDING IN PROGRESS 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 /ken,ey o By _ Title 5&mr y 2009@010 SLURRY SEAL CITY PROJECT NO.09-13 WORKER'S COMPENSATION CERTIFICATE January 14,2010 AGREEMENT AND BONDS-PAGE 5 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 E. Tahquitz Canyon Way Palm Springs, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION.1777.5 HAS BEEN AWARDED T0: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO American Asphalt 784969 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 14436 Santa Ana Avenue Fontana 6. ZIP CODE 7, TELEPHONE NUMBER 92337 909-427-8276 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 CP 09-13 2009/2010 Annual Slurry Seal $ 546,665.70 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 03 r 31 / 2010 WSE NUMBERS) 06 1 10 12010 1 """NUMBERS) 13, TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL, ETC.) 14. Street maintenance � NEW CONSTRUCTION El ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Crack sealing Stripping and pavement marking General laborer 16, Is 1777.5,as Included In aired b the Contract Code?Ward to effectuate the provision of section El Yes � No language Is language Included In the Contract Award to effectuate the provisions of Section 1776,as required by the Labor Cade?.................................................................. El Yes 0 No 17. SIGNATUR 18. TITLE 19. DATE t fr Manager 03/23/2010 20, PRINTED OR TY E 21. TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement& Contracting 760-322-8368 Duplication of INS form is permissible DAS 13(rev.5/01) 20f9M10 ANNML 9WWV SE% City Pm*t W13 SIDSUMIA" BN 5cM A 0,1 .in MnNng Cn.,k. 4 Cosby BaM Blxkloq Inc. Am nAT1 tDaNh.Fc. Rq Men Slurry L.L Inn. 6.ITEM UESCRWMN WAN mr UNIT IP E TOTAL MITPRI TOTAL UN R WULE i0i% BMITPRICE TOiDL UNRPRI TWi 1 i•N'Cano 1 LS CS B] c5F000t 1"0.VLC :tSEWLU 15" ]B:• S1a6.LB] 110]C.]L f11 FD:.JC iY0.00 V.Y .x f Ss ln_. _tN TFe45Lm 1A27712 S: oa3 f318881F 0113 M27i11 Cc }120 f3fE.BR.1E 4.13i5 46S02.LL' p353 fa9T i:t fe 3 balk 1 LS 31aso. S31 L3]LU 3tjN Di f319D10] 31 BS.1] f3150C•.W ]5,1i8.2 ib".1/EI]C ST1W TAA y9}♦,91101 SSM,�.1! 53BI.980.b maw" BWSci .R P"/JplaMin lm .nq Co..W. P—Cuallnpsta BaA 81s Inc. AnHun 0.ydWL£o h.Fc. "Men Slurry Seal ln< fIFN MWRWnCN 41AMITY ml, U.RPMCE TOTAL UNIT PRI TOTAL IINR PPICE T M. NIR FRICE TOii£ 1 UNIT PRI TDTAL 1 itlf_Cuwo 1 LS Z00 11 YALC 5t1;A]bO lO C0.l0.l StO cl1]DJ ti... ct]fAi Bi (pW ISRU'm IbtLaN a.4 Idvf lo.ma u. a Srvs mY 2 Pxm�dlebm[`�+a3tl 1115;A SE 3 oa 0.165 S;B3ES1 B3 p141 f221,pN.� 0.150 St]t R b Ym Oiml.aN E Ptln Bme w,rv-�a 3 T.ascS+[ac 1 LS ffi 00 IE,SiRT Sc3513L0 994.1RD �9WW AB1C.% eg91C.S M $eon. R5).53463 f3M,3 ffi W3Im M HAD Al —H-BMS.B daq EYnin Caiaeeling Cu..k. Pwsn.ne Ccall�gsG 6 iWw-k g Inc. Amvlmn Agrt t[ h.Fc. "Man Slurry SeekInc ITEIA DESCRWT WI IW UNIT UNITPME TOTAL MIT PRC I TOTAL IINRP E i M. BNITPRICE TMM. tINIT4RI NTAL 1 T-effi-lo 1 LS MLMM £35,000AC ISL.B] _ S.- <_BW 13.:SO.CO 519,'SOLU T36e�m wyr b.e.._ j fWca G a Su'� Way1 2 areim tleeba:5ai laitl 1115:B2 SF 03M W7ZG3.W Y.B] SO w SAM A215 f fi.19 93 P'I+'.Ss+plml.aN E FiM Cvyaa Is 19urae vn. Bwc A.rv-raB Tn S-222 1 LS n_l " S15eCQ. .. SGN £O.Ti 50]0 73,maA Si3.51BL0 5�99263K won SO.W W.[U 5M30593 iO 0W M34 EWLEA R1L}9}}.a Sf3 l SS 4M,16 F30S,PB].W S40A]la TMS4 M4 EVULESA&B: Mutppplkade 96 704i S6I 8=85 FSIy6tl.N Not Appfcabk MTALOF PID 9CWDO A&ALT.M 9CN.B: S7.f9P.15150 "O Pliabb NY A,,B. Not ApPlloble $WA301 Check a license or Home Improvement Salesperson (1-115) Registration - Contractors Stat.., Page I of 2 Department of C,onsurner Affairs Contractors State L1cPrrseboard Contractor's License Detail - License # 784969 DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this Information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7Q7,1.,1,7. only construction related civil judgments reported to the C51-5 are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration Due to workload, there may be relevant information that has not yet been entered onto the Beard's license database. License Number: 784969 Extract Date: 02/24/2010 AMERICAN ASPHALT SOUTH INC Business Information: P O BOX 310036 FONTANA, CA 92331 Business Phone Number: (909)427-8276 Entity: Corporation Issue Date: 0 9/2 512 0 0 0 Expire Date: 09/30/2010 License Status: This license is current and active. All information below should be reviewed. CLASS DEESCRIPTION Classifications: A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number 1883074 in the amount of$12,500 with the bonding company INSURANCES. COMPANY OI"' THE.VVFS1. Effective Date: 01/01/2007 ConVactor's Bonding I listory Bonding: f.3CJNC)CIF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)ALLAN ANTHONY HENDERSON certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 09/18/2003 RIQl'S rionding history This license has workers compensation Insurance with the SI:.ABRIGHr INSL;RANC,',r: COMPANY Policy Number: BB1103297 littps://www2.estb.ca.gov/OnlineSt-rvices/Checkj,icense/J,icenseDetaiJ.asp 2/24/2010 Check a License or Hnme Improvement Salesperson (HIS) Registration - Contractors Stat... Page 2 of 2 r Effective Date: 0110112010 Workers'Compensation: Expire Date: 01/01/2011 Workcer5' Compensation History Personnel listed on this license(current or disassociated)are listed on other licenses. Conditions of Use I Privacy P.glicy Copyright m 2010 State of California https://v,ww2.eslb.ca.gov/OnlineServices/CheckLicvnse/T,icenseDetail.asp 2/24/2010 tD ii_ '' i*d 1MI r rr�r a u : AGO AMouyT City'Project No: 47+ Icq_ .Mo# Dates Publlshad,' rr y i.D AfP Bid Data & Tiltie hRpJIECT: r IV ' 1W1,A I A cf3ltt?4 " 'i",' tklr9P! Y, IATtAdii'Y Y aI b1 Afhdavlt Or:fitpn-Cre ollusion ►+ d Nofat � info Ito' of bidder pa�fe ooflApMeCsdVd Type > ,A qun't,of ildselaytred: i@CM mod+ Contractors License i4o 7 4wy fypq(s) Status ' NO. of"rlsys to c6ropiste work,.', whmnn aii4io r sle►tder Esdrrlatod' tart r�aste: Sstlinattd CanPiGion Dat19 � o got Na. of day* In vvbicir,to execute^r aGt after No**,b, Award tdete'f�y ,u:ne�t�coarrsatir#or rriikrouuenl: 'baVts�,�aCpllEsl7'�t$'�19pepfN ,9hltn4ebeeom�7lAt�,l•'1+�rnitr,�pgkgfp7 Any Addenda? Y .N NO. AddenCla . 4� Contractor? Y BOf�1DS• POPOAMAAOC E "D RAYMEN71tohC �% tREC#IpN REPAIq'BONO �` % Ib BONDS: BLANK sit) SPEC. Successful Bidder: CASHIER'S CHECK? Y © N Q oEPosI IN T& A7 Y'0 NO Five (6) extra sets of bid' unsuccessful Bidders: Specifications for contract execution CASw10a0S CHECKS] Y C l N ❑ aEPO$rMo 101 `t & A? Y 0 N Ej Attached: Y ❑ N Which Gantrectprlsl: Provided Previously 00 SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government /Code Sec. 22300 Y CJ N ❑ Labor Code 1777.5. Y N EJ Labor Code 1776 Y N [❑ California Standard''Specifications 6. EDmoN Standard Spa 'fications for Public Works Construction . _ - eamm r DATE: Y �D BY• DEPT: CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 IN THE CITY OF PALM SPRINGS January 2010 O� PALM S A� U cn Rppg.pz E� o David J. Barakian, P.E., City Engineer Bids Open: February 16, 2010 Dated: January 14, 2010 ?ALMSA City of Palm Springs V � N Department of Public Works and Engineering 3200 E.labyuitz Canyon Way • Palm Springs,Cxlifnmia 922C2 C,q °wanna' `P TeL (160)323-82'i3 • Pax:(760) 322-3360 • Web: www.d.palm-springs,ca.w% I1F°RN ADDENDUM NO. 1 To all prospective bidders under Specifications for the 2009/2010 Annual Slurry Seal, City Project No. 09-13, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E- Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Tuesday, February 16, 2010: I. The following change shall be made to Part I — Bidding and Contractual Documents and Forms: The Bid Forms for Bid Schedule B and Alternative Bid Schedule B shall be replaced with the Bid Forms included with this Addendum No. 1. The original Bid Forms incorrectly listed the description of "Farrell Drive from Ramon Road to East Palm Canyon Drive" under the description for Bid Item No. 2. Farrell Drive is NOT included in this slurry seal project. Bid Schedule B and Alternative Bid Schedule B included with this Addendum No.. 1 shall be used when submitting a Bid. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. Date: February 1, 2010 BY ORDER OF THE CITY OF PALM SPRINGS By David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Officc Box 2713 1 Palm Springs, California 92263-27/3 BID SCHEDULE B Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Racquet Club Road, from Aurora Drive to Sunrise Way Avenida Caballeros, from San Rafael Drive to Vista Chino E. Palm Canyon Dr., from Sunrise Way to Gene Autry Trail in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- fSF $ Crack-sealing, crack-filling, and construction of Rubber Polymer Modified Slurry (RPMS), including mobilization, and all appurtenant work 2. on Racquet Club Road (Aurora Dr. to 1,145,102 $ $ Sunrise Way), Avenida Caballeros (San Rafael Dr. to Vista Chino), and E. Palm Canyon Dr. (Sunrise Way to Gene Autry Trail) Removal and replacement of all existing traffic striping (including all non- 3- reflectorized and reflectorized raised LS $ pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) (Price in words) NOTE: BIDDERS MUST BID ON EITHER BID SCHEDULE B OR ALTERNATIVE BID SCHEDULE B. BIDDERS MAY BID ON BOTH BID SCHEDULE B AND ALTERNATIVE BID SCHEDULE B. Name of Bidder or Firm 2009/2010 SLURRY SEAL CITY PROJECT NO. 09.13 BID SCHEDULE B January 14,2010 BID FORMS-PAGE 5 ALTERNATIVE BID SCHEDULE B Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Racquet Club Road, from Aurora Drive to Sunrise Way Avenida Caballeros,from San Rafael Drive to Vista Chino E. Palm Canyon Dr., from Sunrise Way to Gene Autry Trail in Palm Springs, California Item description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control - - - LS $ Crack-sealing, crack-filling, and construction of Tire Rubber Modified Slurry Seal (TRMSS), including mobilization, and all appurtenant work 2. on Racquet Club Road (Aurora Dr. to 1,145,1.02 SF $ � Sunrise Way), Avenida Caballeros (San Rafael Dr. to Vista Chino), and E. Palm Canyon Dr. (Sunrise Way to Gene Autry Trail) Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised - - - LS pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) (Price in words) NOTE: BIDDERS MUST BID ON EITHER BID SCHEDULE B OR ALTERNATIVE BID SCHEDULE B. BIDDERS MAY BID ON BOTH BID SCHEDULE B AND ALTERNATIVE BID SCHEDULE B. Name of Bidder or Firm 2009MIO SLURRY SEAL CITY PROJECT NO.09-13 ALTERNATIVE BID SCHEDULE B January 14,2010 BID FORMS-PAGE 6 • • CITY PROJECT NO. 09-13 The Special Provisions • contained herein have been • prepared by, or under the direct supervision of, the following • Registered Civil Engineer: • • • • QROFEmu MifeusT. FUller Assistant Director of Public Works/ • uo Gs�?al Assistant City Engineer >tr rL�rill 1k • Civil Engineer C 57271 Pj CIVIL • �'CAL1Fn • Nor- , 11u 10 • • Approved by: ,02 • • • • David J. Barakian, P.E. • Director of Public Works/City Engineer Civil Engineer C 28931 • • • • • • • • • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 • January 14,2010 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 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 --APPENDICES • APPENDIX "A" • Listing of streets • Street maps . City of Palm Springs Standard Drawings No. 625 Caltrans Standard Plan No. A20A, A2013, A20D and A24A • CrafCOTIA Polyflex Type 3 Sealant Product Data Sheet • • xxxxx • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 SPECIAL PROVISIONS • January 14.2010 GENERAL CONTENTS-PAGE 1 • • CITY OF PALM SPRINGS • • • PUBLIC WORKS & ENGINEERING DEPARTMENT • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • 2009/2010 ANNUAL SLURRY SEAL • CITY PROJECT NO. 09-13 • Notice Inviting Bids . Instructions to Bidders Bid Forms Bid (Proposal) • Bid Schedule • List of Subcontractors • 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 • • wwwww • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL CITY PROJECT NO.09.13 • January 14,2010 PART 1 CONTENTSPAGE 1 0 • • • • CITY OF PALM SPRINGS NOTICE INVITING BIDS 2009/2010 Annual Slurry Seal City Project 09-13 • • N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2009/2010 Annual Slurry Seal, • City Project 09-13, will be received by the Procurement and Contracting Division of the City of • Palm Springs, California, until 2:00 P.M. on February 16, 2010, at which time they will be opened and read aloud. The Engineer's Estimate is $650,000. • N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt- rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of Rubber • Polymer Modified Slurry (RPMS) or Tire Rubber Modified Slurry Seal (TRMSS) on Racquet Club Road, from Aurora Drive to Sunrise Way; Avenida Caballeros, from San Rafael Drive to . Vista Chino; and East Palm Canyon Drive from Sunrise Way to Gene Autry Trail; and • construction of Type II Slurry Seal on various City streets in Section 2, Township 4 South, Range 4 East between San Rafael Drive and Vista Chino, from Indian Canyon Drive to • Sunrise Way; traffic striping; and all appurtenant work. • • N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any • informality (non-responsiveness) in a bid, or to make award to the lowest responsive, • responsible bidder on the basis of Bid Schedule A only, and reject all other bids, as it may . best serve the interest of the City. Bidders shall bid on Bid Schedule A, and shall bid on Bid • Schedule B or Alternative Bid Schedule B (bidders need not, but may, bid on both Bid Schedule B and Alternative Bid Schedule B). • • (b) As a condition of award, the successful bidder will be required to submit payment and • performance bonds and insurance. • N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid • Bond in the amount of 10 percent of the total bid price of the total sum of Bid Schedules A and B, payable to the City of Palm Springs. • N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period • of 60 calendar days from the date of bid opening. • . N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class "A" OR "C-12" OR "C-32" Contractor license at the time of submitting bids. • • N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general • prevailing rate. of per diem wages as determined by the Director of the Department of • Industrial Relations of the State of California for the locality where the work is to be performed. • A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 NOTICE INVITING BIDS January 14.2010 PAGE 1 • • • • • subcontractors shall pay not less than said specified rates and shall post a copy of said wage • rates at the project site. • N-8 RETAINAGE FROM PAYMENTS: • • The Contractor may elect to receive 100 percent' of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by . depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. • • N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: • (a) Contract Documents may be inspected without charge at the office of the City Engineer, • 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $25.00 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 $10.00 will be charged for sets of documents sent by mail. • Overnight, Federal Express, or other methods of delivery shall be the responsibility of the • Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence. If you • do not have either of these„please include the mailing fee in your check for Bid Documents to . cover the cost of shipping. If you have any questions, please call the Engineering Secretary @ (760) 323-8253 x 8738 or by e-mail at kim.licon@palmsprings-ca.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, via 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.palmspdngsea.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@palmspdngsca.gov. • Questions must be submitted by 2:00 PM, February 10, 2010. Questions received after this • date will not be accepted. • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 NOTICE INVITING BIDS . January 14,2010 PAGE 2 • • • • • • N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed • and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Division at 3200 East Tahquitz Canyon Way, Palm Springs, CA • 92262, The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project . and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be • enclosed in the same envelope with the Bid. • By �aLDate / u David J. Barakian, PE Director of Public Works/ • City Engineer • City of Palm Springs • • • • • • • • • • • • • • • • • • • • • • • • • • • 200912010 SLURRY SEAL . CITY PROJECT NO.09-13 NOTICE INVITING BIDS January 14,2010 PAGE 3 • • • • • CITY OF PALM SPRINGS • INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice • Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions., The term 'Bidder" shall mean one who submits a Bid • directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. • 2. COMPETENCY OF BIDDERS- In selecting the lowest responsive, responsible . Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience • as of recent date on the form entitled 'Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work . will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of • award. • . 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, . partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the • Work contemplated, all Bids in which such Bidder is interested will be rejected. It 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 utilities at or contiguous to the site is based upon information and data furnished to the • 2009/2010 SLURRY SEAL CITY PROJECT NO,09-13 INSTRUCTIONS TO • January 14,2010 BIDDERS-PAGE 1 • • • City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions • appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or • obtain any additional examinations and investigations which pertain to the physical • conditions (surface, subsurface, and underground utilities) at or contiguous to the site or • otherwise which may affect cost, progress, or performance of the Work and which the • Bidder deems necessary to determine its Bid for performing the Work in accordance with • the time, price, and other terms and conditions of the Contract Documents. • (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems • necessary for submittal of a Bid. The.Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former • condition upon completion of such exploration. • (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in • performing the Work are identified in the Contract Documents. All additional lands and • access thereto required for temporary construction facilities or storage of materials and • equipment are to be provided by the Contractor. Easement for permanent structures or • permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. • • (i) The submittal of a Bid will constitute an incontrovertible representation by the • Bidder that the Bidder has complied with every requirement of this Article; that without • exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of • construction as may be indicated in or required by the Contract Documents; and that the • Contract Documents are sufficient in scope and detail to indicate and convey • understanding of all the terms and conditions for performance of the Work. • 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract • Documents are to be directed to the Engineer. Interpretations or clarifications considered • necessary by the Engineer in response to such questions will be resolved by the issuance • of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to • the date of opening Bids may not be answered. Only questions that have been resolved • by formal written Addenda will be binding. Oral and other interpretations or clarifications . will be without legal or contractual effect. • 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by • a certified or cashier's check or approved Bid Bond in the amount stated in the Notice • 200912010 SLURRY SEAL • CITY PROJECT NO.09-13 INSTRUCTIONS TO • January 14,2010 BIDDERS-PAGE 2 • • • Inviting Bids. Said check or bond shall be made payable to the City and shall be given as • a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the • City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the • amounts stated in the Standard Specifications or Special Provisions. In case of refusal or • failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as • the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond . as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming . substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the • City will return all bid securities accompanying such of the Bids that are not considered in • making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they • accompany. • • 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one • Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of • schedules. All bid items shall be properly filled out. Where so indicated in the Bid • Documents, Bid price shall be shown in words and figures, and in the event of any conflict • between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand comer with the name and • address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the . address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. • • 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 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 govem 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. • • • • 200912010 SLURRY SEAL • CITY PROJECT NO-09.13 INSTRUCTIONS TO January 14.2010 BIDDERS-PAGE 3 _ • • • 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are • supplied only to give an indication of the general scope of the Work; the City does not • expressly or by implication agree that the actual amount of work or material will • correspond therewith. . (b) In the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall • be paid for according to the unit prices established for such work under the Contract . Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in • Section 3 of the Standard Specifications and Special Provisions. • 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to • the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized • conditions, limitations, or provisos attached to the Bid will render it informal and may • cause its rejection as being non-responsive. The completed Bid forms shall be without • interlineation, alterations, or erasures. Alternative Bids will not be considered unless . expressly called for in the Notice Inviting Bids, Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered. • 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. • 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any • application for a substitute or "or-equal" item by the Contractor and consideration by the • Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. • 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based • primarily on the lowest overall cost to the City, and will be made to a responsive, • responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice • Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of • the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more • than one Bid Schedule, the City may award schedules individually or in combination. In • the case of 2 or more Bid Schedules which are alternative to each other, only one of such • alternative schedules may be awarded. Bidders are advised that the City makes no . guarantee that it will award Bid Schedule B or Alternative Bid Schedule B, and if determined to be in the best interests of the City, may only award Bid Schedule A • on this project • 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 2009/2010 SLURRY SEAL • CITY PROJECT NO.09.13 INSTRUCTIONS TO • January 14,2010 BIDDERS-PAGE 4 • • • • Documents within 7 calendar days after receipt of the Agreement forms from the • City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an • 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 - • • • • • • • • • • • 200912010 SLURRY SEAL CITY PROJECT NO.09.13 INSTRUCTIONS TO . January 14,2010 BIDDERS-PAGE 5 • • • BID DOCUMENTS Only the following listed documents, identified in the lower right corner as 'Bid • Forms" and reproduced on colored paper, shall be fully executed and submitted • with the Bid at the time of opening of Bids. • Bid (Proposal) • Bid Schedule(s) • List of Subcontractors • Non-collusion Affidavit • Bid Bond (Bid Security Form) Bidder's General Information • • Failure of a Bidder to fully execute and submit all of the listed documents with the • Bid will render a Bid as non-responsive and subject to rejection. • • • • • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 January 14,2010 COVER SHEET • BID FORMS-PAGE 1 • • • BID • • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • • The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement 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: • 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the • disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required • in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): • • Number Date • Number Date • Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, . and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems • necessary. • . In conformance with the current statutory requirements of California Labor Code Section 1860, . et seq., the undersigned confirms the following as its certification: • 1 am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. • • • • • 200912010 SLURRY SEAL CITY PROJECT NO.09-13 BID AGREEMENT • January 14,2010 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 therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: By: (Signature) Title: • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 BID AGREEMENT • January 14,2010 BID FORMS-PAGE 3 • • BID SCHEDULE A . Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Various City Streets in Section 2, Township 4 South, Range 4 East . in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- LS $ Crack-sealing, crack-filling and construction of Type 11 Slurry Seal, including mobilization, and all 2. appurtenant work on various City 1,927,712 SF $ $ • streets (as listed in the Appendix) within Section 2, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised - LS $ . pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ (Price in figures) (Price in words) NOTE: THE BASIS OF AWARD IS BID SCHEDULE A ONLY. Name of Bidder or Firm . 2009=10 SLURRY SEAL CITY PROJECT NO,09-13 BID SCHEDULE A i January 14.2010 BID FORMS-PAGE 4 i BID SCHEDULE B Schedule of Prices for the Construction of the: i 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 i Racquet Club Road,from Aurora Drive to Sunrise Way . Avenida Caballeros, from San Rafael Drive to Vista Chino E. Palm Canyon Dr., from Sunrise Way to Gene Autry Trail in Palm Springs, California i Item Description Estimated Unit Unit Amount i No. Quantity Price 1. Traffic Control --- LS $ Crack-sealing, crack-filling, and • construction of Rubber Polymer 2 Modified Slurry (RPMS), including 1,145,102 SF $ $ i mobilization, and all appurtenant work . on Farrell Drive from Ramon Road to East Palm Canyon Drive. Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and refiectorized raised - - - LS $ i pavement markers) and pavement . markings. i TOTAL OF ALL ITEMS OF BID SCHEDULE B: $ (Price in figures) (Price in words) NOTE: BIDDERS MUST BID ON EITHER BID SCHEDULE B OR ALTERNATIVE BID SCHEDULE B. BIDDERS MAY BID ON BOTH BID SCHEDULE B AND ALTERNATIVE BID i SCHEDULE B. i Name of Bidder or Firm i • • • i 2000/2010 SLURRY SEAL CITY PROJECT NO.09-13 BID SCHEDULE B January 14,2010 BID FORMS-PAGE 5 • ALTERNATIVE BID SCHEDULE B . Schedule of Prices for the Construction of the: 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 Racquet Club Road, from Aurora Drive to Sunrise Way • Avenida Caballeros, from San Rafael Drive to Vista Chino i E. Palm Canyon Dr., from Sunrise Way to Gene Autry Trail in Palm Springs, California Rem Description Estimated Unit Unit Amount f♦ No. Quantity Price 1. Traffic Control - -- LS $ Crack-sealing, crack-filling, and • construction of Tire Rubber Modified 2 Slurry Seal (TRMSS), including 1,146,102 SF $ $ mobilization, and all appurtenant work . on Farrell Drive from Ramon Road to East Palm Canyon Drive. . Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised --- LS $ . pavement markers) and pavement • markings. • TOTAL OF ALL ITEMS OF BID SCHEDULE B: $ f♦ (Price in figures) r (Price in words) BI NOTE: BIDDERS MUST _. ... � ID ON EITHER BID SCHEDULE B OR ALTERNATIVE BID SCHEDULE B. BIDDERS MAY BID ON BOTH BID SCHEDULE B AND ALTERNATIVE BID SCHEDULE B. Name of Bidder or Firm . 200912010 SLURRY SEAL CITY PROJECT NO.09.13 ALTERNATIVE BID SCHEDULE B . January 14,2010 BID FORMS-PACE 6 • • BID SCHEDULE SUMMARY • Schedule of Prices for the Construction of the: • 2009/2010 ANNUAL SLURRY SEAL . CITY PROJECT NO. 09-13 In Palm Springs, California • TOTAL OF ALL ITEMS OF BID SCHEDULES A AND B: (Note: if there is no bid submitted for Bid Schedule B, mark this as "Not Applicable"). $ (Price in figures) • • (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULE A AND ALTERNATIVE BID SCHEDULE B: (Note: if there is no bid submitted for Alternative Bid Schedule.B, mark this as "Not Applicable"). • $ • (Price in figures) • (Price in words) • QUANTITIES OF WORK: • The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by • implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up . to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to • delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. • • • Name of Bidder or Firm • • • • • • • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-43 BID SCHEDULE SUMMARY . January 14,2010 BID FORMS-PAGE 7 • • • • 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 60% of the Work identified-in this Bid, • the Bid shall be considered non-responsive. • Bidders shall list the total %of Work to be performed by the Prime Contractor here: (shall not be less than 50%) Contractor's Percent • License of Total . Work to be Performed Number Contract Subcontractor's Name&Address • • 1 • • 2. • • • 3. • • 4. • • . 5. • • 6 • • • 7• • • • 8 • • • • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09.13 January 14,2010 LIST OF SUBCONTRACTORS • BID FORMS-PAGE 8 • • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID • • • State of California ) • ) ss. County of ) • • I, being first duly swom, deposes and says that • he or she is of . the party making the foregoing Bid, that the Bid . is not made in the interest of, or on behalf of, any undisclosed person, partnership, • company, association, organization, or corporation; that the Bid is genuine and not • collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, • conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or • that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid • price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of • the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee • to any corporation, partnership, company, association, organization, bid depository, or to * any member or agent thereof, to effectuate a collusive or sham Bid. • • Bidder • • BY Title • Organization Address • • • • 2009/2010 SLURRY SEAL • CITY PROJECT NO,09-13 NON-COLLUSION AFFIDAVIT . January 14,2010 BID FORMS-PAGE 9 • • • • • • • • • ALL-PURPOSE ACKNOWLEDGMENT • • State of • County of • On before me, , • Date Name, Tide of Officer • personally appeared . NAME(S)OF SIGNER(S) • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by . his/her/their signatures(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. • 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. Witness my hand and official seal. Signature of Notary • • • • ATTENTION NOTARY: Although the information requested below Is OPTIONAL., it could prevent fraudulent attachment of • this certificate to unauthorized document. • THIS CERTIFICATE Title or Type of Document • MUST BE ATTACHED TO THE DOCUMENT Number of Pages_____ DATE of DOCUMENT • DESCRIBED AT RIGHT: Signer(s)Other Than Named • Above • • • • • • • • • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 NON-COLLUSION AFFIDAVIT—NOTARY ACKNOWLEDGMENT • January 14.2010 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, 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: • • 200912010 ANNUAL SLURRY SEAL • CITY PROJECT NO. 09-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and • in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the • required Certificates of Insurance, and furnishes the required Performance Bond and Payment . Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect- In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all • Costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the • court. • SIGNED AND SEALED, this day of 200. . PRINCIPAL: Check one: individual,_partnership, _corporation • (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, • President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • • signature • (NOTARIZED) • Print Name and Title: • • By By signature signature (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • 200912010 SLURRY SEAL BID BOND(BID SECURITY FORM) • CITY PROJECT NO.W13 BID FORMS-PAGE 11 . January 14,2010 • • • • • BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause • the Bid to be non-responsive and may cause its rejection. t. BIDDER/CONTRACTOR'S Name and Street Address: • • • • • 2. CONTRACTOR'S Telephone Number: ( ) • Facsimile Number: ( ) • • 3. CONTRACTOR'S License: Primary Classification • • State License Number(s) Supplemental License Classifications • • 4. Surety Company and Agent who will provide the required Bonds on this Contract: • Name of Surety Address • • Surety Company • Telephone Numbers: Agent ( ) Surety ( ) • • 5. Type of Firm (Individual, Partnership or Corporation): • • • 6. Corporation organized under the laws of the State of: • • 7. List the names and addresses of the principal members of the firm or names and • titles of the principal officers of the corporation or firm: • • • • • • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 BIDDER'S GENERAL INFORMATION • January 14,2010 BID FORMS.PAGE 12 i • • BIDDER'S GENERAL INFORMATION (Continued) • 8. Number of years experience as a contractor in this specific type of construction • work: i 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. • 200912010 SLURRY SEAL CITY PROJECT NO.09-13 BIDDER'S GENERAL INFORMATION • January 14,2010 BID FORMS-PAGE 13 • • • • AGREEMENT • • THIS AGREEMENT made this day of 200_, by and • between the City of Palm Springs, a charter city, organized and existing in the County of . Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and • hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set • forth, agree as follows: • ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: • • 2009/2010 ANNUAL SLURRY SEAL • CITY PROJECT NO. 09-13 • The Work is generally described as follows: • • Installation of hot asphalt-rubber sealant material in designated pavement cracks on . various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of Rubber Polymer Modified Slurry (RPMS) or Tire Rubber Modified • Slurry Seal (TRMSS) on Racquet Club Road, from Aurora Drive to Sunrise Way; Avenida • Caballeros, from San Rafael Drive to Vista Chino; and East Palm Canyon Drive from • Sunrise Way to Gene Autry Trail; and construction of Type II Slurry Seat on various City streets in Section 2, Township 4 South, Range 4 East between San Rafael Drive and • Vista Chino, from Indian Canyon Drive to Sunrise Way; traffic striping; and all appurtenant work. • ARTICLE 2 -- COMMENCEMENT AND COMPLETION • • The Work to be performed under this Contract shall commence on the date specified in • the Notice to Proceed by the City, and the Work shall be fully completed within the time • specified in the Notice to Proceed. • The City and the Contractor recognize that time is of the essence of this Agreement, and • that the City will suffer financial loss if the Work is not completed within the time specified • in Article 2, herein, plus any extensions thereof allowed in accordance with applicable . provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss • suffered by the City if the Work is not completed on time. Accordingly, instead of • requiring any such proof, the City and the Contractor agree that as liquidated damages or • delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each • calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard • Sppecifications, as modified herein, related to liquidated damages, and has made itself • 2b09/2010 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.09-13 AGREEMENT AND BONDS-PAGE 1 . January 14,2010 • • • • • aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. • • ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid • and Bid Schedule(s). • • ARTICLE 4 --THE CONTRACT DOCUMENTS • The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California • Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of • Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid. Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives • which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. • • ARTICLE 5-- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be • processed by the Engineer or the City as provided in the Contract Documents. • . ARTICLE B -- 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. • • SLURRY SEAL CrFY CITY PROJECT JECT NO.0& AGREEMENT FORM January 14,2O1O AGREEMENT AND BONUS-PAGE 2 . • • • The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal • representatives, in respect of all covenants, agreements, and obligations contained in the • Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. • • ATTEST: APPROVED BY THE CITY COUNCIL: • CITY OF PALM SPRINGS, • CALIFORNIA • Date • By • City Clerk Agreement No. • APPROVED AS TO FORM. • • • By • City Attorney • • Date • • CONTENTS APPROVED: • • By City Engineer • • • Date • • . By • City Manager • Date • • • • 2009/2010 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO,09-13 AGREEMENT AND BONDS-PAGE 3 . January 14,2010 • • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any • Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. • CONTRACTOR: Name: Check one:_Individual_Partnership,,_Corporation • Address: • • • By: By: • Signature(notarized) Signature(notarized) Name: Name: • . Title: Title: • (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of-Li . County of Flss County of Lss On On • before me, before me, • personally appeared personally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the • basis of satisfactory evidence)to be the person(s) basis of satisfactory evidence) to be the person(s) • whose name(s) is/are subscribed to the within whose name(s) is/are subscribed to the within • instrument and acknowledged to me that instrument and acknowledged to me that . he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their • authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s)on the instrument the person(s), or the • the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted,executed the instrument. executed the instrument. • WITNESS my hand and official seal. WITNESS my hand and official seal. • Notary Signature: Notary Signature: • • Notary Seal: Notary Seal: • • • • • • • • • • 200912010 SLURRY SEAL • CITY PROJECT NO-09-13 AGREEMENT FORM January 14,2010 AGREEMENT AND BONDS-PAGE 4 • • • • • • • • • • • • • • 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 workers . compensation, or to undertake self-insurance in accordance with the provisions of said Cade, and I will comply with such provisions before • commencing the performance of the Work of this Contract. • • • Contractor • • BY • Title • • • • • • • • • • 2009/2010 SLURRY SEAL CITY PROJECT NO.09-13 WORKER'S COMPENSATION CERTIFICATE . January 14.2010 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: 2009/2010 ANNUAL SLURRY SEAL • CITY PROJECT NO. 09-13 • • NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, • then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any . extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby • waived by said Surety. SIGNED AND SEALED, this_day of 200= • CONTRACTOR: Check one: individual, partnership, _corporation • (Corporations require two signatures; one from each of the following groups: A: Chairman of Board, • President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • • signature • (NOTARIZED) • Print Name and Title: • By By • • signature signature • (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: • • 2009/2010 SLURRY SEAL PERFORMANCE BOND • CITY PROJECT NO.09.13 AGREEMENT AND BONDS-PAGE 6 • January 14,2010 • • • • 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: • 2009/2010 ANNUAL SLURRY SEAL . CITY PROJECT NO. 09-13 • 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 attorneys 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 200 • • . 200912010 SLURRY SEAL PAYMENT BOND . CITY PROJECT NO.09.13 AGREEMENT AND BONDS-PAGE 7 • January 14.2010 • • • • • • CONTRACTOR: • Check one:--individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A- Chairman of Board, • President, or any Vice President;AND B- Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: • • signature . (NOTARIZED) • Print Name and Title: • • By By signature signature • (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • • • • • • • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL PAYMENT BOND CITY PROJECT NO.09-13 AGREEMENT AND BONDS-PAGE 8 • January 14,2010 • • • CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIOKATEO BY THE CONTRACT WITH THE INSURED i NAME AND AbORESSOFINSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A • B C • P • TYPE OF WOW PERFORMED AND LOCATION • LIMITS OF LIABILITY IN THOUSANDS(x1000) i �.. TYPE OF INSURANCE POLICY NUMBER • EACH OCCURRENCE AGGREGATE • i LL N9IVE GENERAL LIABILITY Including: n I` 'I EImLOS gJ AND COLIAf+SIi BODILY INJURY $ $ iLJ UNDERGROUND DAMAGE PROPERTY DP E $ f • ❑ PRODIICT6 PLETF.D OPERATIONS a ❑ CONTRACTUAL INSURANCE • ❑ BROAD FORM PROPERTY DAMAGE n • INDEPENDENT CONTRACTORS BDDaYINIURYAND PROPERTY iI PERSONAL I&. Y DAMAGE COMBINED S S PERSONAL INJURY f • COMPREHENSIVE AUTOMOBILE BODILY MURY • LIABILITY EACH PERSON $ Including; EACH ACCIDENT • ILII OWNED PROPERTY DAAGE $ iLJ HIRED o. ❑ NONOWNED i nn 8OD LY INNRY L.I MOTORCAPAERACI' AND PROPERTY • DAMAGE CLXEINED $ EXCESS LIABILITY BODILY INJURY . Including: AND PROPERTY DAMAGE CGMe1NE0 f i ❑ EMPLOVER'SLIABILITY WORKER'S COMPENSATION STATUTORY irid EMPLOYER'S LIABILITY • Including: EL $ (EACH nn ACCIDENT) LJ LONG SHOREMEN'G AND • HARBORwOndi • OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS • The undersigned certifies that he or she is the mpmsentstl a of Me above named Insurance companies,Net he or she has the sullwrity to execule and issue Mrs ci r.ficidc I-Certificate Hader,and accordingly,does hereby cer ify on behaff of said Insurance companies that palace of Insurance Meted above have been issued to Me Insured named above and are In force at MN Ilme. Nulwiurslanding any nNuirsimert,telm,or condition of any centred a other document Win respect to wrion this caruticate.may be . Issued or may pertaln,Me Insurance afforded by the policies described herein is subject to at the horms,exclusions,and conditions of such palest. Copies a the policies the.will be furnished to the Certificate Holder upon request. • This Certificate does net amend,eidend.or one,the coverage afforded by the policies Hated. • Cancellation:Should any of the albova described pollees be canceled before Me expiration dale Hereof,the issuing company will mail 30 days written notice to the belew- named ceruflcam[wider: • • NAME AND ADDRESS OF ADDITIONAL INSURFO DATE ISSUED • BV i .umnmm,rsNSYxrAiFs'iirli4iiiai,w.wxx M«x,r,�iam wr • 2009/2010 SLURRY SEAL CITY PROJECT NO.09.13 • January 14,2010 CERTIFICATE OF INSURANCE AGREEMENT AND BONDS-PAGE 9 • • i • • • • • • • i • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II -- SPECIAL PROVISIONS 2009/2010 ANNUAL SLURRY SEAL CITY PROJECT NO. 09-13 • • i 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 i 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 ! • i R A A • • • • • • • • • 2009/2010 SLURRY SEAL PART II—SPECIAL PROVISIONS i CITY PROJECT NO.09-13 GENERAL CONTENTS-PAGE 1 January 14,2010 • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • SPECIAL PROVISIONS • 2009/2010 ANNUAL SLURRY SEAL • . CITY PROJECT NO. 09-13 • SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS • • 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2006 • Edition, including all current supplements, addenda, and .revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may • apply to, and be in accordance with, the following Special Provisions. • In case of conflict between the Standard Specifications for Public Works Construction • ("Greenbook") and these Special Provisions, the Special Provisions shall take • precedence over, and be used in lieu of, such conflicting portions. • 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications, such work • shall Conform to the referenced portions of the technical provisions only of said reference • specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works • Construction ("Green book"), 2006 Edition, as previously specified in the above • paragraph. • 1-2 LEGAL ADDRESS • • 1-2.1 Legal Address of the City. - The official address of the City shall be City of • Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. • 1-2.2 Legal Address of the Engineer. -The.official address of the Engineer shall be • the Director of Public Works/City Engineer, City of Palm Springs, Engineering • Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the Engineer may subsequently designate in writing to the Contractor. • 1-2.3 Legal address of the City's Project Representative. - The name and • address of the City's designated Project Representative shall be the Senior Public Works • Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. • 2009/2010 SLURRY SEAL• TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • January 14,2010 • • • • 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) • Lincoln's Birthday(February 12) • President's Day(Third Monday in February) • Memorial Day(Last Monday in May) Independence Day(July 4) • Labor Day (First Monday in September) • Veteran's Day(November 11) • Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day • Christmas Eve Day(December 24) • Christmas Day(December 25) . (a) When a designated holiday falls on a Friday or Saturday, the Thursday before • the holiday shall be a designated legal holiday. When a designated holiday falls • on a Sunday, the Monday after the holiday shall be a designated legal holiday. • • 2009/2010 SLURRY SEAL TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS • CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 1 •PAGE 2 January 14.2010 . • • • • • (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 - • • • • • • • • • • • • • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL• TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT No.09-13 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 • January 14,2010 • • • • SECTION 2 — SCOPE AND CONTROL OF WORK • 2-1 GENERAL Particular attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work," Section 6-7, 'Time of Completion," and Section 6-9, • "Liquidated Damages" of the Standard Specifications. • After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. • The work, if awarded to include Bid Schedule A and Bid Schedule B or Alternative Bid • Schedule B, shall be diligently prosecuted to completion before the expiration of: • 40 WORKING DAYS • • from the day specified in the First Notice to Proceed issued by the City. This Work shall . be scheduled independent of any work located at the Airport, and shall commence as soon as is practicable upon Contractor's receipt of an executed contract. • In the event one of the Bid Schedules is not awarded and included in the Work, the . Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for each of the Bid Schedules awarded, up to • the maximum contract time allowed of 40 workina days. • The Work identified in Bid Schedule A shall be diligently prosecuted to. completion before the expiration of: • 25 WORKING DAYS • . from the date specified in the First Notice to Proceed from the City. • The Work identified in Bid Schedule B or Altemative Bid Schedule B shall be diligently prosecuted to completion before the expiration of: • 15 WORKING DAYS • • from the date specified in the First Notice to Proceed from the City. • • As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar days • delay in finishing the Work in excess of the number of working days prescribed above. • 2-2 CONTRACT BONDS • 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION 2000/2010 SLURRY SEAL SCOPE AND CONTROL OF WORK . CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 2-PAGE 1 • January 14,2010 • • • • • The following shall be added at the end of Section 2-4 of the Standard Specifications: • "The Contractor shall ensure that its Bonding Company is familiar with all • of the terms and conditions of the Contract Documents, and shall obtain a • written acknowledgement by the Bonding Company that said Bonding • Company thereby waives the right of special notification of any changes or modifications Of the Contract, or of extensions of time, or of decreased • or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." • 2-2.2 EXECUTION OF BONDS • Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties • and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the • bonds. If a personal surety is used, all requirements set out in Code of Civil • Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. • 2-3 PRECEDENCE OF CONTRACT DOCUMENTS • • The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: • In resolving disputes resulting from conflicts, errors, or discrepancies in any of the • Contract Documents, the document highest in precedence shall control. The order of • precedence shall be as listed below: • 1. Change Orders or Work Change Directives 2. Agreement • 3. Addenda • 4.. Contractor's Bid (Bid Forms) 5. Special Provisions • 6. Notice Inviting Bids • 7. Instructions to Bidders • 8. Plans (Contract Drawings) • 9. Standard Plans 10. Standard Specifications 11. Reference Documents • With reference to the Drawings, the order of precedence shall be as follows: • • 1. Figures govern over scaled dimensions • 2. Detail drawings govern over general drawings • 3. Addenda or Change Order drawings govern over Contract Drawings • 4. Contract Drawings govern over Standard Drawings 2009/2010 SLURRY SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 2-PAGE 2 January 14,2010 • • • • • 5. Contract Drawings govern over Shop Drawings • • 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: • "2-7.1 Limited Reliance by Contractor. - Soils reports and other • reports of subsurface conditions may be made available for inspection by • the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the • general accuracy of the "technical data" contained in such reports and. drawings only where such "technical data" are specifically identified in the • Special Provisions. Except for such reliance on such "technical data," the • Contractor may not rely upon or make any claim against the City, the Lngineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractors purposes, including, but not limited to, any • aspects of the means, methods, techniques, sequences, and procedures • of construction to be employed by Contractor and safety precautions and • programs incident thereto, or • 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated • in such drawings, or • 2-7.1.3. Interpretation. - Any interpretation by the Contractor of • such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." • 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY • • Unless indicated otherwise, all .temporary access or construction rights-of-way, other • than those shown on the Plans, which the Contractor may find it requires during • progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. • • 2-6 PROTECTION OF SURVEY MONUMENTS • 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 • an resettinp of monuments will be the responsibility of the Contractor, to be reset by a 20091 010 SLURR SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO.O&13 SPECIAL PROVISIONS-SECTION 2-PAGE 3 January 14,2010 • • • • • 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 the existing monument well, after resetting of the • disturbed monument. • 2-7 AUTHORITY OF THE ENGINEER • The Engineer will decide all conflicts which may arise as to (1) the quality or • acceptability of the materials or equipment fumished, (2) the performance of the Work, • (3) the manner of performance and rate of progress of the Work, (4)the interpretation of • the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The • Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. • 2-8 INSPECTION • The Engineer shall have complete and safe access to the Work at all times during • construction, and shall be furnished with every reasonable facility for ascertaining that • the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall • be subject to the Engineer's inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. • 2-9 SITE EXAMINATION • The Contractor shall have the sale responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not • limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding . any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully • performing the Work according to the Contract Documents. 2-10 FLOW AND ACCEPTANCE OF WATER • • Storm, surface, nuisance, or other waters may be encountered at various times during • construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has • prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. • • - END OF SECTION - • 2009/2010 SLURRY SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 2-PAGE 4 January 14,2010 . • • • • • SECTION 3 — CHANGES IN WORK • • 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided that the provisions for markup percentages for overhead and profit for extra work referenced • in subparagraph 3-3.2.3 of the 2006 edition shall be deleted in its entirety and the • following substituted therefore: • 3-2PAYMENT • • 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 • Contractor's costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent(includes bonding) 2) Materials 15 percent • 3) Equipment rental 15 percent • 4) Other items and expenditures 15 percent • 5) Subcontracts (1st tier only) 5 percent • 6) Lower tier subcontractors none • To the sum of the costs and markups provided for in this subsection, except for • labor, one percent shall be added as compensation for bonding. • 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 Engineer's Estimate therefore by more than 25 percent, • the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid • therefore will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3.2 of the Standard Specifications, • as amended in these Special Provisions- 2009/2010 SLURRY SEAL CHANGES IN WORK • CITY PROJECT NO.09.13 January 14,2010 SPECIAL PROVISIONS-SECTION 3-PAGE 1 . • • • • • Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as • hereinafter provided, of the total pay quantity of the item. If the costs applicable • 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 Engineer's 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 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 Engineer's Estimate therefore, an adjustment in compensation pursuant to this Section will not be made unless • the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order • specifying the compensation payable therefore, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if • the work were to 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; provided • however, that in no case shall the payment for such work be less than that which • would be made at the Contract Unit Price. • Such adjustment of the contract unit pries will be the difference between the contract unit price and the actual unit cost, which will be determined as • hereinafter provided, of the total pay quantity of the item, including fixed costs. . Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the • Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. • The payment for the total pay quantity of such item of work will in no case • exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit . Price. • 2009/2010 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO,09-13 SPECIAL PROVISIONS-SECTION 3-PAGE 2 • January 14,2010 . • • • • 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 - • • • • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO.09-13 January 14.2010 SPECIAL PROVISIONS-SECTION 3-PAGE 3 . • • • • 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. Special Note: The City does not consider Rubber Polymer Modified Slurry (RPMS) as • an equal product to Tire Rubber Modified Slurry Seal (TRMSS). As identified in the Bid Schedules, RPMS and TRMSS are considered alternative materials, not equivalent • materials. 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 vendor(s) within 15 working days from the date of said award of Contract. - END'OF SECTION - • 2009/2010 SLURRY SEAI. CONTROL OF MATERIALS . CITY PROJECT NO.09.13 SPECIAL PROVISIONS-SECTION 4-PAGE 1 . . January 14,2010 • • • • • 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 accordance with the provisions of Section 4215 of the California • Government Code, any contract to which a public agency as defined in • Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or • protection of existing main or trunkline utility facilities located on the site of • any construction project that is a subject of the contract, if such utilities are • not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor • for the costs of locating, repairing damage not due to the failure of the • Contractor to exercise reasonable care, and removing or relocating such • utility facilities not indicated in the plans and specifications with . reasonable accuracy and for equipment on the project necessarily idled during such work. • The Contractor shall not be assessed liquidated damages for delay • in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or • relocation of such utility facilities. • • Nothing herein shall be deemed to require the public agency to • indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction • project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the • construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. • • If the Contractor while perforating the contract discovers utility . facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and • utility in writing, • . • The public utility, where they are the owner, shall have the sole discretion • to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." • • (b) Removal, Relocation, or Protection of Existing Utilities. - The following • provisions shall be added to the end of Section 5-5 of the Standard Specifications: • • 2009/2010 SLURRY SEAL UTILITIES • CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 5-PAGE 1 • January 14,2010 • • • • "if the Contractor, while performing the Contract, discovers utility facilities • not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion • to perform repairs or relocation work, or permit the Contractor to do such • repairs or relocation work at a reasonable price." • 5-2 UTILITY LOCATION AND PROTECTION The Contractor shall be responsible for coordinating its work with all utility • companies during the construction of the Work. • All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special • Provisions. • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL UTILITIES CITY PROJECT NO.09-13 January 14,2010 SPECIAL PROVISIONS-SECTION 5-PAGE 2 • • • • • • • SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK • 6-1 LIQUIDATED DAMAGES • • 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the . Standard Specifications shall not apply, but shall be as stated in the Agreement. • 6-2 TIMES OF OPERATION • • 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, • use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Thursday, with no work allowed on Fridays, Saturdays, • Sundays, or City-observed holidays, unless otherwise approved by the Engineer: • 1. Powered Vehicles • 2. Construction Equipment • 3. Loading and Unloading Vehicles • 4. Domestic Power Tools • 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, • 2009/2010 SLURRY SEAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 6-PAGE 1 • January 14,2010 • • • • 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, • 200912010 SLURRY SEAL AND ACCEPTANCE OF THE WORK • CITY PROJECT NO.09.13 SPECIAL PROVISIONS-SECTION 6-PAGE 2 January 14,2010 • • • • • 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. • • . 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 7-PAGE 1 • January 14.2010 • • • • 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 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 Califomia Public Contract Code, the Contractor may substitute securities for any money • withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be • deposited with the City or with a state or federally chartered bank as the.escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the • Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the . escrow agent and the City, which provides that no portion of the securities shall be paid . to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed: The City will not certify that the Contract • has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section • 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. • • 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 • Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding . judicially-supervised mediation, and judicial arbitration. • A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. • Within 30 days of the receipt of the claim, the City may request additional • documentation supporting the claim, or relating to defenses or claims the City may have • against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the . request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50,000, but is less than $375,000. • 200912010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 7-PAGE 2 January 14,2010 . • • • • • • 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 7-8, shall be • certified and shall be made available for inspection at all reasonable hours at the • principal office of the Contractor on the following basis: • 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 7.11, paragraph 2, herein, the requesting party shall, prior to being • provided the records, reimburse the costs of preparation by the Contractor, sub- • 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 7-PAGE 3 • January 14,2010 • • • • 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 7-11, 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 7-11, 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 furnished 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 1st 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 satisfactory payrolls shall be in addition to all other retentions provided for in the • 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09.13 SPECIAL PROVISIONS-SECTION 7-PAGE 4 January 14,2010 . • • • • Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the • date that all the satisfactory payrolls for which the retention was made are submitted. • 7-9 INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall • procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to • property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified • below: • • A. Minimum Scope of Insurance 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 service provider on City premises.At a minimum this policy shall: • be written on a per occurrence basis; and include products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. • . 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are • driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy . shall: • be written on a per occurrence basis; and • • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and • • include coverage for owned, non-owned, leased and hired vehicles. If an automobile is not used in connection with the services provided by the • contractor, vendor or service provider, a written request to waive this requirement should be made to the 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 during the period of this contract. Contractors with no employees must complete • a Request for Waiver of Workers' Compensation Insurance Requirement form . available from the City's Risk Manager. At a minimum, this policy shall: • • provide statutory requirements of the State of California; and • include$1,000,000 Employer's Liability. • . 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 7-PAGE 5 . January 14,2010 • • • • B. Minimum Limits of Insurance Coverage Required $1 Million per Occurrence/$2 Million Aggregate • Umbrella excess liability may be used to reach the limits stated above. • C. General Standards for Insurance Policies • • All insurance policies shall meet the following standards: . 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 City of 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. • • 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." • 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO.09.13 SPECIAL PROVISIONS-SECTION 7-PACE 6 January 14,2010 • • • • • 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. • E. Acceptable Alternatives to Insurance Indusby Certificates of Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form • specific to a particular insurance company that has similar wording) as long as the • form is accompanied by a CG 20 37 10 01. In addition, the City will accept the • following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation • notice provision (ten (10) days for non-payment of premimium) and additional insured and/or loss-payee status, when appropriate, for the City. . • Binders and Cover Notes are also acceptable as interim evidence for up to 90 . days from date of approval • F. Endorsement Language for Insurance Certificates Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN • IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED • UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE • MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF • THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. • • • • PROJECT NO.09.13 2010 SLURRY SEAL CITY PRO RESPONSIBILITIES OF THE CONTRACTOR CITY January 14,2D10 SPECIAL PROVISIONS-SECTION 7-PAGE 7 • • • • Example B: • SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR ono Tn MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT • Cn11 I IDC TO \AAII CI GH N OTIGE CLIAI I MPQ • 1 InGlt ITV Or ANY KIND I PON1 THE INSURER, ITS AGENTS OR C PPIRPSCNITATIVCC . *The broker/agent can include a qualifier stating "10 days notice for . nonpayment of premium." • Example C: • • IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL • INSURED($), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES • DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. • • G. Alternative Programs/Self-Insurance • Under certain circumstances, the City may accept risk financing mechanisms such • as Risk Retention Groups, Risk. Purchasing Groups, off-shore carriers, Captive • insurance programs and self-insurance programs as verification of insurance • coverage. These programs are subject to separate approval once the City has • reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements. • The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have difficulty in meeting the City's insurance requirements. The SPARTA Program offers • a general liability program that provides the $1 million limit and, upon request, will also provide auto insurance with the $1 million limit (only in conjunction with the • purchase of general liability insurance). SPARTA is only available during the time . your company is under contract with the City. • Insurance is provided on a per project basis and is overseen by the Municipality • Insurance Services, Inc. Essex Insurance Company provides coverage and is an • A++ rated company. There is a 24-hour response time and coverage is immediate. • A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. • Type of work covered: • A. Personal services contracts; B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and • D. Providers of goods. 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.W13 SPECIAL PROVISIONS-SECTION 7-PAGE 8 January 14,2010 • • • • • H. Waiver of Modification of the Insurance Requirements • Any waiver or modification of the insurance requirements can only be made by the • City's Risk Manager or designee at City's discretion. If you do not believe that the • insurance requirements apply to you (e.g., you do not have employees and therefore • are not subject to the State workers' compensation insurance requirements; you do not drive an automobile in connection with the services you provide to the City; • professional liability or errors and omissions liability insurance is not available for the • type of services you are performing, etc.), please submit a written request for waiver • or modification of the insurance requirements and the reasons underlying your request to the Risk Manager. All requests for waiver or modification will be reviewed • and a final determination rendered by the Risk Manager. • • 7-10 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. • • 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 • Section 10-1.1 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. • • 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 the contract prices paid for the related items of work and no additional compensation • will be allowed therefor. • END OF SECTION - • • 2009/2010 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09.13 SPECIAL PROVISIONS-SECTION 7-PAGE 9 • January 14,2010 • • • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • • • (BLANK) • • - END OF SECTION • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.09-13 SPECIAL PROVISIONS-SECTION 8-PAGE 1 • January 14,2010 • • • • • 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 casts of compliance with the regulations of public agencies having . jurisdiction, including the Safety and Health Requirements of the Califomia Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. • Department of Labor(OSHA). • • No separate payment will be made for any item that is not specifically set forth in the • Bid Sheet(s), and all costs therefor shall be included in the prices named in the Bid Sheet(s)for the various appurtenant items of work. • • 9-1.2 Partial and Final Payments. - Acceptance of any progress payment • accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated • statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of • liquidated damages, • Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent • retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings . shall be directed to the Engineer, • No partial payment will be made for any materials on hand which are furnished but • not incorporated in the work. Payments shall be processed in accordance with Section 9-3 "Payment" of the Greenbook Standard Specifications for Public Works Construction, provided, however, • that the Contractor shall make an approximate measurement of the work performed prior to the closure date of each month to serve as the basis of an invoice for making . monthly payments. The closure date shall be established as the last day of the month in which work is performed. The Engineer shall review the Contractor's monthly • measurement of the work, and shall either reject or approve the measurements. If rejected, the Contractor shall revise the monthly measurement of work according to the • Engineer's measurements, and resubmit for approval by the Engineer. The Contractor shall receive payment by mail to the Contractor's business address within 30 days of the Engineer's approval of the Contractor's monthly measurement of the work. Payments shall not be made more frequently than once per month. • 2009/2010 SLURRY SEAL MEASUREMENT AND PAYMENT . CITY PROJECT NO.09.13 SPECIAL PROVISIONS-SECTION 9-PAGE 1 • January 14,2010 • • • • The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials • included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City., the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. . 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefor: • At the expiration of 35 days after acceptance of the Work by the City Council, or • as prescribed by law, the amount deducted from the final estimate and retained • by the City will be processed for payment to the Contractor, except for such • amounts as are required by law to be withheld by properly executed and filed • notices to stop payment, or as may be authorized by the Contract to be further • retained. • 9-2 PAYMENT SCHEDULE • 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that 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 • considered as included in the bid item(s), and no additional payment will be made therefore. • • - END OF SECTION • • • • • • • • • • 2009/2010 SLURRY SEAL. MEASUREMENT AND PAYMENT • CITY PROJECT NO,09-13 SPECIAL PROVISIONS-SECTION 9-PAGE 2 January 14,2010 • • • • • SECTION 10 -- CONSTRUCTION DETAILS • 10-1 GENERAL 10-1.1 Dust Control And Site Cleanup • Throughout all phases of construction, including suspension of work, and until final • acceptance of the project, the Contractor shall keep the work site clean and free from • rubbish and debris. The Contractor shall be responsible for project site maintenance as per • section 7-8 of the Standard Specifications. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. • 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, and rubbish so as to present a satisfactory • clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. • • Payment for dust control and site clean up shall be considered as included in the various bid items of work, and no additional payment will be made therefore. • • 10-1.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. • 10-1.3 Location and Progression of Work - The Work is located on East Palm Canyon . Drive from Sunrise Way to Gene Autry Trail; and City streets in Section 2, Township 4 South, Range 4 East between San Rafael Drive and Vista Chino, from Indian Canyon Drive to Sunrise Way. The Contractor shall progress with the work as necessary to complete the • Work as required by these specifications. • • 10-1.4 Order of Work. - Order of work shall conform to the Standard Specifications and these Special Provisions. • The first order of work shall be to: 1. Prepare, route, and clean all pavement cracks greater than in width. • 2. Install crackfilling and joint sealant material within all pavement cracks greater than • but less than 1'/x" in width. 3. Install asphalt concrete (Type E-AR4000) within all pavement cracks greater than 1'/2" • in width (for those streets specifically listed for crackfilling in addition to an application of slurry seal). • 4. Grind built-up excess asphalt concrete pavement adjacent to existing concrete surfaces where the finish surface of the asphalt concrete pavement exceeds 1 inch • over the adjacent.concrete surface. . 5. Remove existing traffic striping and markings as required by these specifications. • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 1 • • • • • 6. Following sufficient time allowed for curing of joint sealant material or asphalt concrete pavement in cracks, apply Type II slurry seal, Rubber Polymer Modified Slurry(RPMS), or Tire Rubber Modified Slurry Seal (TRMSS), (as identified in the Bid Schedules and Listing of Streets). 7. Following sufficient time allowed for curing of Type II slurry seal, Rubber Polymer • Modified Slurry (RPMS), or Tire Rubber Modified Slurry Seal (TRMSS), (as identified in the Bid Schedules and Listing of Streets), replace all existing traffic striping and markings as required by these specifications. • 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic. — Traffic must be maintained to allow normal operations of the • Palm Springs Airport to complete the contract work. A traffic control plan must be submitted • by the contractor showing restricted lane closures and phasing of work within roadways and • parking lots. Changes to the approved traffic control and phasing plan must be approved by . the City Engineer and Traffic Operations staff. Attention is directed to Sections 7-10, "Public Convenience and Safety," of the Standard Specifications. • • 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in • traffic control to ensure public safety and minimize traffic disruptions. Contract work within . the Palm Springs Airport will be completed at night to allow for normal operations during the day. See Section 6-2.1 for hours of operation. The Contractor shall maintain all tratflc • 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 2003 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.govlhq/traffo ps/signtech/mutcdsupp/pdf/camutcd/CAMUTCD-Pa rt6.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 shall be provided by the Contractor. All signs shall be removed within 24 hours after the effective date. • 200912010 SLURRY SEAL • CITY PROJECT NO.09.13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 2 • • • • • • • 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 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain • not less than one lane of traffic open in each direction at all times. In public streets, during • non-working hours, the Contractor shall leave the work site in a safe condition and allow for . the full use of two lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. • 10-2.7 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. • 10-2.8 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 bid item price for "Traffic • Control', and no additional compensation shall be allowed therefore. • 10-3 CRACKSEALING 10-3.1 Description - The work shall consist of the preparation of cracks and placement of hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective • pavement cracks greater than W in width but less than 1 Y2" in width prior to routing. Cracks 1Yz" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-4 "Crackfllling". The Contractor will be required to thoroughly complete • preparation of all cracks at least 'Y4' in width no matter the number of Or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer, prior • to scheduling slurry seal. • • 10-3.2 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. 10-3.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks greater than '1/4", but less than 1Y2" in width, shall be Crafcoll PolyFlex Type 3 sealant or • approved equal and shall conform to the following requirements: • • • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 3 • • • • • 1. Asphalt shall be AR 4000 viscosity grade conforming to the provisions of Section 203 of • the Standard Specifications. • • 2. Sealant material when heated in accordance with ASTM D6078 shall have the following characteristics; . Test Limits Cone Penetration (ASTM D5329) 20—40 Resilience (ASTM D5329) 30% Min. . Softening Point (ASTM D36) 210' F Min. Ductility, 770 F (ASTM D113) 30 cm Min. • Flexibility(ASTM D3111 Modified) Pass at 30' F . Flow 140' F (ASTM D5329) 3 mm Max . Asphalt Compatibility (ASTM D5329) Pass . Bitumen Content(ASTM D4) 60% Min. Tensile Adhesion (ASTM D5329) 400% Min. Safe Heating Temperature 40W F • Recommended Pour Temperatures 3800 F . Unit Weight at 600 F 10.0 lbs./gal. • 3. The sealant material shall have no water or volatile solvents and shall cure 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. & 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 11/2" in width shall be type E-AR 4000 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 10-4 "Crackfilling". 10-3.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be CrafCOT"' Model BC-220 or approved equal of current manufacturer_ . The joint and crack routing and cleaning machine shall be CrafcoT'" Model 200 or approved equal of current manufacturer. . • 2009=10 SLURRY SEAL • CITY PROJECT NO.09.13 CONSTRUCTION DETAILS • January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 4 • • • • • The joint cleaner attachment shall be CrafcoT" Model 110 or approved equal of current manufacturer. • • 10-3.5 Preparation of Cracks - All cracks to be sealed shall be routed, swept, and cleaned • with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. • 10-3.5.1 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. • 10-3.5.2 Routing — All cracks between 11/,° and 11/a" 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 is11/2", and the maximum width is 11/2°. 3. The reservoir depth shall be W. • 10-3.5.3 Crack Cleaning and Drying —The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,004f/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. • 10-3.5,4 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. • 2009/2010 SLURRY SEAL . CITY PROJECT NO. 09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 5 • • • • • 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. • 10-3.7 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 Type II slurry seal, Rubber Polymer Modified Slurry (RPMS), or Tire Rubber Modified Slurry Seal (TRMSS), and shall represent full • compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed . therefore. • 10-4 CRACKFILLING • • 10-4.1 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 V/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 slurry seal. • 10-4.2 Material Crack filling material for pavement cracks greater than 1Y2' in width shall • be type E AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. • 10-4.3 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. • 10-4.3.1 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. • 10-4.3.2 Crack Cleaning and Drying —The crack shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering • hot air at 3000°F and 3,000f/s. Care shall be taken to avoid overheating the pavement. The first pass, 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 • Y SLURRY SEAL CITY PRO CONSTRUCTION DETAILS CITY PROJECT NO.08-13 January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 8 • • • • • 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. • • 104.4 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. • 10-4.5 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 Type II slurry seal, Rubber Polymer Modified Slurry (RPMS), or Tire Rubber Modified Slurry Seal (TRMSS), and shall represent full compensation for furnishing all labor, • materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-5 Asphalt Concrete Grinding • • 10-5.1 Grinding Built-Up Excess Asphalt Concrete Pavement. -- The following section • shall only be applicable if there are areas where the finish elevation of the asphalt concrete • pavement adjacent to existing concrete surfaces (i.e. edge of gutter, cross-gutter, concrete pavement, spandrels) exceeds one inch. • Prior to installation of the Type II slurry seal, Rubber Polymer Modified Slurry (RPMS), or . Tire Rubber Modified Slurry Seal (TRMSS), the Contractor shall grind the existing asphalt concrete pavement at all locations where systematic build-up of asphalt concrete pavement • has occurred adjacent to existing concrete surfaces. Such work shall include, but not be limited to, edges of gutters, cross-gutters, spandrels, and edges of concrete paving. The . Contractor shall grind to a depth such that the elevation of the finished surface is equal to • the elevation of the adjacent concrete surface. The Contractor shalt not allow the elevation of the asphalt concrete pavement surface to be higher or lower than the adjacent concrete • surface at the completion of the worts. 10-5.2 Measurement and Payment. — Payment for grinding asphalt concrete pavement, including all compensation for furnishing all labor, materials, tools, equipment, cleaning and • sweeping, and incidentals, and for doing all work involved in grinding of the asphalt concrete pavement and disposal of resulting materials, as specified in these Special Provisions and • as directed by the Engineer, shall be considered as included in the unit price bid for Type 11 • slurry seal, Rubber Polymer Modified Slurry (RPMS), or Tire Rubber Modified Slurry Seal (TRMSS), and no additional compensation will be allowed therefore. • 200912010 SLURRY SEAL . CITY PROJECT NO.0&13 SPECIAL PROVISIONS CONSTRUCTION January 14,2010 SECTION 110 PAGE 7 • • • • • • 10-6 TYPE II SLURRY SEAL • • 10-6.1 Description - The slurry seal work shall consist of the application of Type II Slurry • Seal, in accordance with the requirements of Subsection 203-5 and 302.4 of the Standard • Specifications and as specked herein. The Contractor shall submit to the Engineer at the . Pre-Construction Conference a mix design in accordance with Section 203-5.4 of the Standard Specifications. • 10-6.2 Material - The mineral aggregate shall be 100 percent crushed rock of angular shape, sound, durable, hard, resistant to abrasion, and free from lamination, weak cleavages, and undesirable weathering. The material shall be such that it will not • disintegrate from the action of air, water, or other conditions to be met in handling and placing and shall have a specific gravity of not less than 2.60. All materials shall be clean and free from deleterious impurities, including alkali, earth, clay, and refuse. . The grading of aggregate shall conform to the gradations specified in Table 203-5.3 (A) of • the Standard Specifications for Type Il. + Care should be exercised to prevent segregation of aggregate in storage and handling. If • segregation occurs, the material shall be worked prior to mixing in a manner that will • minimize segregation. Emulsified asphalt shall be cationic type, Grade CQS-1h conforming to the requirements of Section 203-3.1 and 203-5.2 of the Standard Specifications. . The emulsified asphalt shall be modified with latex in accordance with Section 203-10 of the • Standard Specifications, unless otherwise approved by the Engineer. A cationic SBR latex • polymer, Ultrapave UP-65K, by Ultrapave Corp., a division of Textile Rubber and Chemical Co., 1300 Tiarco Drive SW, Dalton, GA 37027; (800) 727-8453; info@Ultrapave.com, or an • approved equal, shall be added to the emulsified asphalt to be used in the emulsion- aggregate slurry mixture. The Contractor shall submit to the Engineer technical information • for the type of cationic SBR latex polymer to be used on this project, for review and approval, at the Pre-Construction Conference. . 10-6.3 Equipment- The equipment used in the performance of the work shall be subject to approval of the Engineer and shall be maintained in satisfactory working condition at all • times. Descriptive information about the slurry mixing and applying equipment to be used • shall be submitted to the Engineer for approval at the Pre-Construction Conference. • 10-6.3A Mixer - The slurry mixing machine shall be a continuous flow mixing unit and be • capable of delivering accurately a predetermined proportion of aggregate, water, and • emulsified asphalt to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis. The aggregate shall be pre-wetted immediately prior to mixing with the . emulsified asphalt. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. The mixing machine shall be equipped with an approved • fines feeder that provides a method to accurately introduce a predetermined proportion of • mineral filler at the same time and location that the aggregate is fed into the mixer. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The . 2009/2010 SLURRY SEAL _ CITY PROJECT NO.09-13 CONSTRUCTION DETAILS • January 14.2010 SPECIAL PROVISIONS—SECTION 10—PAGE B • • • • • • mixing machine shall be equipped with a water pressure system and fog type spraybar • adequate for complete fogging of the surface ahead of the spreading equipment with an • application of 0.05 to 0.10 gallon per square yard. Sufficient machine storage capacity to mix • properly and apply a minimum of 12 tons of the slung shall be provided. Proportioning • devices shall be calibrated prior to placing slurry seal. 10-6.313 Self-contained Slurry Machine - The machine shall be capable of rapid discharge • of the mixed materials into a spreader having suitable controls to allow adjustment for • variations in pavement grades and slope. The spreader shall be similar to the spreader box as herein before specified. The spreader box may be either an integral part of a self- contained slurry machine or a separate towed unit. The self-contained slurry unit shall be. • mounted on a truck or other vehicle capable of producing evenly controlled low rates of • speed throughout the operation so that the slung is spread evenly and all cracks are filled. 10-6.3C Slurry Spreading Equipment - Attached to the mixer machine shall be a • mechanical type squeegee distributor equipped with flexible material in contact with the • surface to prevent loss of slung from the distributor. It shall be maintained to prevent loss of • slurry on varying grades and crown by adjustments to assure uniform spread. There shall be a lateral control device and a flexible strike-off. The box shall be kept clean and the build- up of asphalt and aggregate on the box shall not be permitted. The use and condition of burlap drags or other drags shall be approved by the Engineer. • 10-6.31) Cleaning Equipment - Power brooms, power blowers, air compressors, water • flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the • surface and cracks of the old surface, 10-6.4 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. • • 10-6.5 Trial Application - The contractor shall place a test strip of each type of slurry of 60 . square yards in the designated area. The test section shall be placed using the same • equipment and methods as will be used on,the job. Slurry mixture placed in the test strip shall conform to job mix with minor variations to obtain crack fillings, bond to pavement, and • desired skid resistant texture. In the event that the materials do not meet the requirements • for fluidity, non-segregation, or surface texture, a new job mix shall be formulated and tested • at the Contractor's expense. Work shall not proceed before approval of design mix and • acceptance by the Engineer following the placing of a test strip. 10-6.6 Placing - Type II Slurry shall be placed on the public streets listed in the appendix, • and as directed by the Engineer. The cured slurry shall have a uniform appearance, fill all • cracks, adhere firmly to the surface and have a skid-resistant surface. • No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, • or other preliminary pavement repairs have been completed by the Contractor..The surface . shall be thoroughly cleaned and swept prior to the application of slurry seal. The application . of slurry shall be scheduled to commence after 7:00 A.M. and shall be completed by • 2009/2010 SLURRY SEAL . CITY PROJECT NO.W13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PACE 9 • • • • • 2;00 P.M. No slurry shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees Farenheit. • The slurry seal shall be applied only when the existing surface is clean and free of visible • moisture. The slurry seal shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these Special Provisions, and as directed. The cured slurry shall have a homogeneous appearance; it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. The slurry mixture shall be of the designated consistency when deposited on the surface and no additional elements shall be added. Total mixing time shall not exceed 4 minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that a • complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate fines from the course • aggregate. If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement. • 10-6.7 Rate Of Application - The rate of application for Type 11 Slurry for each pass shall average 15.pounds per square yard; provided, that it shall be applied at the rate of not less • than 13 pounds nor more than 17 pounds per square yard. 10-6.8 Joints - No excessive build-up causing unsightly appearance shall be pennitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall • not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and portland concrete pavement and/or concrete • .gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; . any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the slurry shall be neatly • spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible . to the machine. Care shall be exercised to insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of slurry spread by hand shall match • that which was applied by machine. Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. . 10-6.9 Smoothness - The finished surface of the slurry seal shall be at least as smooth as the original pavement surface. Any corrugations on the surface creating vibrations • noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slurry seal construction. • 10-6.10 Cleanup - During performance and upon completion of work on this project, the • Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such items. The Contractor shall leave entire area in a neat, clean and acceptable condition as . approved by Engineer. The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefore. • 200912010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS . January 14,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 10 • • • • • • • 10-6.11 Removal and Resealing - Any slurry seal application that has been. rejected shall • be removed by cold planing to the original pavement. A new slurry seal application shall then • be placed on the pavement. Any placement of slurry seal that has been rejected shall be • removed and replaced at the Contractor's expense. 10-6.12 Protection of Uncured Slurry - The Contractor shall provide such flaggers and • barricades as may be required to protect the uncured slurry from vehicular traffic. All . damages to the uncured slurry shall be the responsibility of the Contractor. • 10-6.13 Measurement and Payment - Payment for Type it slurry seal shall be made at the • contract unit price per square foot in the Bid Schedule, and shall be based on in-place field • measurements. The contract unit price includes full compensation for all slung seal • materials, application, and appurtenant work, including all labor, equipment, and materials, pavement cleaning crack-sealing and crackfilling, posting of notices, masking and cleaning • utility covers, and all other incidental work.. • 10-7 RUBBER POLYMER MODIFIED SLURRY(RPMS) • • 10-7.1 Description. This work shall consist of mixing asphaltic emulsions, aggregate, set- control additives, specially produced and graded crumb rubber, and water and spreading the • mixture on a surfacing of pavement, as specked in these special provisions, and as directed • by the Engineer. • Special Note: Rubber Polymer Modified Slurry (RPMS), or Tire Rubber Modified Slurry • Seal (TRMSS) as specified in Section 10-8 of these special provisions, shall be used. . These materials are not considered equivalent, but are considered alternative materials. • 10-7.2 Materials. The materials for Rubber Polymer Modified Slurry (RPMS) immediately • prior to mixing shall conform to the following requirements: • 10-7.2.1 Asphaltic Emulsion. Asphaltic Emulsion shall be quick-setting Type CQS-1 H • grade conforming to the requirements of these special provisions. Quick Setting CQS-1 H • Asphaltic Emulsions shall conform to the following requirements when tested in accordance • with the specified test method: • Emulsion • • Quality Tests Test Requirements • AASHTO T59 Residue after Distillation 60% min. • ASTM D244 • AASHTO T49 Residue 40-90 • ASTM 2397 Penetration at 77F (25C) • In addition, quick setting Type CQS-1h Asphaltic Emulsion shall test Positive for Particle • Charge when tested in accordance with ASTM Designation: E70. If the Particle Charge • 2009/2010 SLURRY SEAL CITY PROJECT No.09-13 CONSTRUCTION DETAILS • January 14,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 11 • • • • • Test result is inconclusive the Asphaltic Emulsion shall meet a pH requirement of 6.7 maximum. • 10-7.2.2 Aggregate. The mineral aggregate used shall be Type II gradation as shown below. The aggregate shall be manufactured crushed stone such as granite, slag, limestone, chat, or other high quality aggregate, or combination thereof. Aggregate shall • consist of rock dust except that 100 percent of any aggregate or combination of aggregates, larger than the No. 50 sieve size, used in the mix shall be obtained by crushing rock. The • material shall be free from vegetable matter and other deleterious substances. All • aggregate shall be free of caked lumps and oversized particles. • The percentage composition by weight of the aggregate shall conform to the following • gradations when determined by California Test 202, modified by California Test 105 when • there is a difference in specific gravity of 0.2 or more between blends of different aggregates. • • Sieve Size Percentage Passing Stockpile Tolerance No. 3/8 100 5% • No. 4 90-100 5%u • No. 8 65-90 5%0 No. 16 45-70 5% • No. 30 30-50 5% • No. 50 18-30 4% • No. 100 10-21 1 3% • No. 200 5-15 2%a • The job mix (target) gradation shall be within the gradation band for the desired type. After • the target gradation has been submitted, then the percent passing each sieve shall not vary be more than the stockpile tolerance. • The aggregate shall also conform to the following requirements: • Test California Test Requirements . Sand Equivalent 217 45 min. . Durability Index 229 55 min. The aggregate will be accepted at the job location or stockpile. The stockpile shall be • accepted based on five gradation tests according to California Test 202, modified by California Test 105 when there is a difference in specific gravity of 0.2 or more between • blends of different aggregates. If the average of the five tests is within the gradation tolerances, then the material will be accepted. If the tests show the material to be out, the • contractor will be given the choice to either remove the material or blend other aggregates • with the stockpile material to bring it into specifications. Materials used in blending must • meet the quality test before blending and must be blended in a manner to produce a consistent gradation. • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09.13 CONSTRUCTION DETAILS • January 14.2010 SPECIAL.PROVISIONS—SECTION 10—PAGE 12 • • • • • • • 10-7.2.3 Water. Water shall be of such quality that the asphalt will not separate from the • emulsion before the slurry seal is in place in the work. If necessary for workability, a set- control agent that will not adversely affect the Rubber Polymer Modified Slurry (RPMS) . material may be used. Pre-wetting of streets will not be required unless streets are subject to high temperatures and/or dust. • • 10-7.2.4 Crumb Rubber. The crumb rubber shall be ambient granulated or ground from . whole passenger and/or truck tires only. Uncured or de-vulcanized rubber is not acceptable and may not be used. Rubber tire buffings from either recapping or manufacturing • processes may not be used as a supplement to the crumb rubber mixture. • • In order to remove steel and fabric, an initial separation stage which subjects the rubber to • freezing temperatures may be used. The crumb rubber shall not be elongated or hair-like in shape and individual particles shall not be greater than 1/20 of an inch in length. The crumb • rubber shall be free of contaminants including: fiber, metal and mineral matter, to the following tolerances: • A. The fiber content shall be less than 0.30% by weight • B. The crumb rubber shall be free of metal particles. Metal imbedded in rubber particles • will not be allowed. The amount of mineral contaminant allowed shall not exceed . 0.10% by weight. . C.. The crumb rubber shall be dry with a moisture content of less than 0.75%. • Crumb rubber shall meet the following specifications: • Property S ecification Limits • _Specific Gravity 1.15 +/- .05 W Percent of Carbon Black 35.0 Maximum • Percent of Rubber Hydrocarbon 55.0 Maximum • Percent Ash 6.0 Maximum . Percent of Acetone Extract 10.0 Maximum • Percent of Chloroform Extract 3.0 Maximum Percent Natural Rubber 40 Minimum • The crumb rubber shall conform to the following gradation and chemical properties: Sieve Size _ Percent Passim_ No. 30 100 • No. 40 90-100 �— • No. 50 —,_ 75-85 . No. 100 25-35 • No. 200 0-10 The crumb rubber shall conform to the following test methods: Property - ....... Test Method • 200912010 SLURRY SEAL . C17Y PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 13 • • i • Specific Gravity ASTM D-1817 ! Carbon Black ASTM D-297 i Ash ASTM D-297 • Chloroform Extract ASTM D-297 ! Natural/Synthetic Rubber ASTM D-297 • Sieve A 9yssisL_ ASTM d-1511 or ASTM DC-136 • 10-7.2.5 Polymer. The Polymer additive shall be SBR Latex or approved equal, which is • added at a minimum of 4.5 percent by weight of the asphaltic emulsion. • 10-7.2.6 Carbon Black. The carbon black solution shall be non-ionic in charge and liquid in ! form. The carbon black must be compatible with the emulsion system, polymers and additives being used. • Specification Tolerances Total Solids 40- 44 % Black by Weight 35-37 ! Type Black Medium Furnace Color • Type Dispersin A ent Non-ionic • H 0.5- 4.5 • 10-7.2.7 Mineral Filler. Portland cement, hydrated lime, limestone dust, fly ash or other ! approved filler meeting the requirements of ASTM D242 shall be used if required by the mix ! design and may be used to facilitate set times as needed. Any cement used shall be • considered as part of the dry aggregate weight for mix design purposes. • 10-7.2.8 Additive. Additives may be used to accelerate or retard the break-set of the ! Rubber Polymer Modified Slurry (RPMS). The use of additives shall be in quantities i specified in the mix design. i 10-7.3 Laboratory Evaluation. Before work begins, the contractor shall submit a mix • design covering the specific materials to be used on the project. The design will be 1. performed by a laboratory who has experience in designing Rubber Polymer Modified Slurry • (RPMS). After the mix design has been approved, no substitution will be permitted unless • approved by the Engineer. • 10-7.3.1 Mix Design. The proposed Rubber Polymer Modified Slurry (RPMS) mix design shall verify compatibility of the aggregate, emulsion, mineral filler, set-control additive and . rubber blend. Recommended tests and values are as follows: • • • i • 2009/2010 SLURRY SEAL • CITY PROJECT NO.O&13 CONSTRUCTION DETAILS • January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 14 • • • • • • Test Description Specification • ISSA T-106 sluny Seal Consistency Pass • ISSA TB-109 Excess As halt 50 /sf max. . ISSA TBA00 (Type II Wet Track Abrasion 100 /sf max. ISSA TB-113 Mixing Time Controllable to 150seconds min. • ISSA TBA 14 Wet Stripping Pass • • The Mixing Time test should be done at the highest temperatures expected during • construction. The original lab report shall be signed by the laboratory that performed the mix design and shall show the results of tests on individual materials. The report shall clearly • show the proportions of aggregate, mineral filler (min. and max.), water (min. and max.), • additive (s) (usage), asphalt emulsion and asphalt rubber blend based on the dry weight of • the aggregate. All of the component materials used in the mix design shall be representative of the • materials proposed by the contractor to be used on the project. The percentage of each • individual material required shall be shown in the laboratory report. Adjustments may be • required during the construction, based on field conditions. • The component materials shall be within the following limits: • . Residual Asphalt Type 1 10%-16% Based on dry weight of aggregate • Residual Asphalt Type it 7.5%-13.5% Based on dry weight of aggregate Crumb Rubber The crumb rubber will be added to the slurry mix at a rate of • 5% by volume to the asphalt cement • Polymer Polymer Additive shall be added at 4.5% of finished emulsion • Carbon Black Carbon Black shall be added at 1.3%-2% of finished emulsion Mineral Filler 0.5%- 2.0% (if required) based on dry weight of aggregate • Additives As needed Water As needed to achieve proper mix consistency. . (Total mix liquids, should not exceed the loose aggregate voids) • 10-7.3.2 Proportioning, Note: Proportioning equipment of equal capacity to that described • herein will be considered by the City prior to time of award. Aggregate, asphaltic emulsion, water, polymers, additives, including set-control agent, if used, and crumb rubber shall be proportioned by volume utilizing the mix design approved • by the Engineer. If more than one kind of aggregate is used, the correct amount of each • kind of aggregate to produce the required grading shall be proportioned separately, prior to • the other materials of the mixture, in a manner that will result in a uniform and homogenous . blend. • The completed mixture, after addition of water and any set-control agent used, shall be such . that the mixture has proper workability and (a) will permit a traffic flow, without pilot-car- • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 15 • • • • • assisted traffic on the slurry seal within one hour after placement (at 78.degrees F.) without the occurrence of bleeding, separation or other distress, and (b)will prevent development of • bleeding, excessive raveling, separation or other distress within 7 days after placing the • Rubber Polymer Modified Slurry(RPMS). • Asphaltic emulsion shall be added at a rate within the following ranges of percent by weight of the dry aggregate. The exact weight will be determined by the mix design and the asphalt • solids content of the asphaltic emulsion furnished. • Type II 12-20 % • The aggregate shall be proportioned by a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be readily determinable. The emulsion shall be • introduced into the mixer by a positive displacement pump. Water shall be introduced into • the mixer through an adjustable multi-spray pugmill bar, water volume shall be displayed by an electronic digital meter registering in gallons delivered. • • The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregates) shall not vary more than 1.5-pound of asphalt above or 0.6-pound asphalt below the amount designated by the mix design and approved by the Engineer. • • The aggregate belt feeder shall deliver aggregate to the pugmill mixed with such volumetric • consistency that the deviation for any individual aggregate delivery rate check-run shall be • within 2.0 percent of the mathematical average of 3 runs of at least 300 gallons each in duration. • • Each Rubber Polymer Modified Slurry(RPMS) unit shall be equipped with a unit designed to • store and deliver the various required materials to a twin-shafted, multi-paddle pugmill in the following manner: • Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with a computer • controlled automatic sequencing system that initiates each material delivery at the precise • moment necessary to insure proper proportioning. • Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with independent • storage capabilities for the aggregate, emulsion, crumb rubber, polymer, set-control additives and the carbon black. • The polymer additive and the carbon black shall be delivered to the mixer in the relative proportions required by means of a common shaft, dual pump system. The polymer additive • and the carbon black flow rates shall be independently adjustable by means of diaphragm • valves and shall be sequenced through the computer controlled auto-sequencing system. The polymer additive and the carbon black shall be blended and mixed prior to their • introduction into the pugmill. Introduction into the twin-shafted pugmill shall be done through • an injection system, which delivers the blended material to the apex of each mixing shaft . immediately prior to the introduction of the asphalt emulsion. The polymer additive and the • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 16 • • carbon black delivery systems shall each be equipped with digital electronic flow metering devices that read in gallons per minute. . The crumb rubber delivery system shall be equipped with an air suspension unit designed to prevent clumping or bridging of the rubber material. The air discharges shall be sequenced to avoid over-suspension of the rubber. The rubber shall be delivered to the pugmill by a hydraulically driven auger and shall be initiated through the computer controlled auto- sequencing system. The Rubber Polymer Modified Slurry (RPMS) shall be mixed in a continuous, twin shaft, multi-paddle pugmill mixer. The pugmill shall be equipped with a hydraulically controlled steel pugmill'gate for positive discharge operations. No dripping slung will be allowed. The emulsion shall be introduced into the mixer by a positive displacement pump. The emulsion storage shall be equipped with a device which will automatically shut down the power to the emulsion pump and aggregate belt feeder when the level of stored emulsion is . lowered to within two inches of the suction line, A temperature-indicating device shall be installed in the emulsion storage tank at the pump suction level. . The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff . gate. The height of the gate opening shall be readily determinable. The aggregate feeder shall be directly connected to the drive on the emulsion pump. The drive shaft of the aggregate feeder shall be equipped with an electronic digital belt, The belt delivering the aggregate to the pugmill shall be equipped with a device to monitor the depth of the aggregate being delivered to the pugmill. The device for monitoring depth of aggregate shall automatically shut down the power to the aggregate belt feeder whenever the depth of aggregate is less than 70 percent of the target dept of flow. An additional . device shall monitor movement of the aggregate belt by detecting revolutions of the belt feeder. The devices for monitoring no flow or belt movement, as the case may be, shall automatically shut down the power to the aggregate belt when the aggregate belt movement is interrupted. To avoid shutdown caused by normal fluctuations in delivery rates, a delay of three seconds between sensing less than desirable storage levels of aggregate or emulsion . shall be permitted. Water delivery shall be adjusted through a diaphragm valve. Water flow rate shall be electronically displayed through a digital meter. Set control additive flow rate shall be electronically displayed through a digital meter. The mixer unit shall not be operated unless all electronic display and revolution counters are • in good working condition and functioning and all metal guards are in place. All indicators . required by these specifications shall be operational at all times. • 2009/2010 SLURRY SEAL . CITY PROJECT NO.09.13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 17 • • • The Rubber Polymer Modified Slurry (RPMS) mixture shall be spread by means of a controlled spreader box. The spreader box shall be capable of spreading traffic lane width • and shall have strips of flexible rubber belting or similar material on each side of the • spreader box and in contact with the pavement to positively prevent loss of slurry from the ends of the box. All spreader boxes shall be equipped with reversible motor-driven augers • when placing Rubber Polymer Modified Slurry (RPMS). Rear flexible strike-off blades shall make close contact with the pavement, and shall be capable of being adjusted to the various • crown shapes so as to apply a uniform surfacing coat. Flexible drags, to be attached to the • rear of the spreader box, shall be provided as directed by the Engineer. All drags and strike= • off blades (rubbers) shall be cleaned daily if problems with cleanliness and longitudinal scouring occur. The spreader box shall be clean, free of all slurry and emulsion, at the start of each work shift. 10-7.4 Placing - Rubber Polymer Modified Slurry (RPMS) shall be placed on the public • streets listed in the appendix, and as directed by the Engineer. The cured Rubber Polymer Modified Slurry (RPMS) shall have a uniform appearance, fill all cracks, adhere firmly to the • surface and have a skid-resistant surface. No application of Rubber Polymer Modified Slurry (RPMS) shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to the • application of Rubber Polymer Modified Slurry (RPMS). The application of Rubber Polymer Modified Slurry (RPMS) shall be scheduled to commence after 7:00 A.M. and shall be completed by 2:00 P.M. No Rubber Polymer Modified Slurry (RPMS) shall be applied when the weather forecast indicates a probability of rainfall or when the air or • pavement temperature is lower than 60 degrees Farenheit. The Rubber Polymer Modified Slurry(RPMS) shall be applied only when the existing surface is clean and free of visible moisture. The surface to be sealed shall be cleaned by the Contractor by washing, heating, scraping, sweeping, blowing, vacuuming, or other means as • necessary to remove moisture, dirt, grease, or other foreign matter which would reduce the bond between the slurry and the pavement. . The Rubber Polymer Modified Slurry (RPMS) shall be properly proportioned, mixed, and • spread evenly on the surface as specified in the Standard Specifications and these Special • Provisions, and as directed. The cured Rubber Polymer Modified Slurry(RPMS) shall have a homogeneous appearance; it shall fill all surface voids and penetrate cracks, shall adhere . firmly to the surface and shall have a skid-resistant texture. • Each slurry crew shall be composed of a coordinator at the project site at all times, a • competent quick-set mixing man, a competent driver and sufficient laborers for any . handwork and clean up. • Metal lutes will not be permitted for spreading slurry by hand methods. If required by local temperature or dust conditions, the surface shall be pre-wetted by fogging ahead of the spreader box. The rate of'application of the fog spray shall be adjusted 2009/2010 SLURRY SEAL CITY PROJECT NO.W13 CONSTRUCTION DETAILS . January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 18 • • • • • during the day to suit temperatures, surface texture, humidity, and dryness of the pavement but shall be kept to a minimum under all conditions. • • The Rubber Polymer Modified Slurry (RPMS) shall be spread at 12 to 15 pounds per square • yard of dry aggregate. The spread rate will be sufficient to fill all voids in the existing pavement and to place sufficient material to embed the largest size aggregate particles. • The maximum speed of the slung machine shall not exceed 270 feet per minute. The • completed spread rate shall be within 10% of the rate determined by the Engineer after . consideration of the surface texture of the existing pavement and the physical size of the • aggregate in the mix. The mixture shall be uniform and homogeneous after spreading on the surface and shall not show separation of the emulsion and aggregate after setting. Rubber Polymer Modified Slurry (RPMS) material, to be spread in areas inaccessible to the controlled spreader box, may be spread by hand squeegees or other approved methods. Following application of Rubber Polymer Modified Slurry (RPMS), loose aggregate shall be • removed for full street width to the satisfaction of the Engineer by means of vacuum • sweeping. As a minimum, streets shall be swept three days after the application, and again • two weeks later. • Pneumatic rolling is required on all streets. Rolling shall commence as soon as the Rubber • Polymer Modified Slurry (RPMS) has set sufficiently to prevent any material from adhering to • the tires. The slurry surface shall be rolled by two to five complete coverages, as directed by • the Engineer. Rolling shall continue until all ridges have been ironed out and a uniform smooth surface is obtained. Pneumatic rollers shall be operated at a minimum tire pressure • of 60 psi. Payment for providing pneumatic rolling of streets shall be considered as included in the unit price per square foot paid for Rubber Polymer Modified Slurry (RPMS), and no • additional compensation shall be allowed. • 10-7.5 Cleaning Equipment - Power brooms, power blowers, air compressors, water flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the • surface and cracks of the old surface. • 10-7.6 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment • shall be provided as necessary to perform the work. • • 10-7.7 Joints _ No excessive build-up causing unsightly appearance shall be permitted on . longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid • for. Joints between asphalt pavement and portland concrete pavement and/or concrete • gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; • any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the Rubber Polymer Modified • Slurry (RPMS) shall be neatly spread or trimmed to a straight line defined by the near curb • lines of the street adjacent to the work. Approved squeegees or lutes shall be used to • spread Rubber Polymer Modified Slurry (RPMS) in areas inaccessible to the machine. Care shall be exercised to insure the maximum rate of application with no excess and leaving no • unsightly appearance. Texture of Rubber Polymer Modified Slurry (RPMS) spread by hand 2009/2010 SLURRY SEAL • CITY PROJECT NO,09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 19 • • • • • shall match that which was applied by machine. Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. • 10-7.8 Smoothness - The finished surface of the Rubber Polymer Modred Slurry (RPMS) • shall be at least as smooth as the original pavement surface. Any corrugations on the . surface creating vibrations noticeable by passengers in an automobile driving over the Rubber Polymer Modified Slurry (RPMS) at legal speeds will result in rejection of the • material. / 10-7.9 Cleanup - During performance and upon completion of work on this project, the / Contractor shall remove all unused equipment and instruments of service, all excess or • unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such • items. The Contractor shall leave entire area in a neat, clean and acceptable condition as • approved by Engineer. The cost for this work shall be included in the prices for all bid items / in the Bid Schedule and no additional payment will be made therefore. • 10-7.10 Removal and Resealing - Any Rubber Polymer. Modified Slurry (RPMS) application that has been rejected shall be removed by cold planing to the original • pavement. A new Rubber Polymer Modified Slurry (RPMS) application shall then be placed / on the pavement. Any placement of Rubber Polymer Modred Slurry (RPMS) that has been rejected shall be removed and replaced at the Contractor's expense. • • 10-7.11 Protection of Uncured Slurry - The Contractor shall provide such flaggers and . barricades as may be required to protect the uncured Rubber Polymer Modified Slurry • (RPMS) from vehicular traffic. All damages to the uncured Rubber Polymer Modified Slurry. (RPMS) shall be the responsibility of the Contractor. / 10-7.12 Measurement and Payment - Payment for Rubber Polymer Modified Slurry (RPMS) shall be made at the contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements. The contract unit price includes full • compensation for all Rubber Polymer Modified Slurry (RPMS) and appurtenant work, / including all labor, equipment, and materials, pavement cleaning, crack-sealing and • crackfiliing, rolling, posting of notices, masking and cleaning utility covers, and all other • incidental work. • 10-8 TIRE RUBBER MODIFIED SLURRY SEAL (TRMSS) • 10-8.1 Description. This work shall consist of mixing asphaltic emulsions, aggregate, set- • control additives, specially produced and graded crumb rubber, and water and spreading the • mixture on a surfacing of pavement, as specified in these special provisions, and as directed / by the Engineer. • Special Note: Tire Rubber Modified Slurry Seal (TRMSS), or Rubber Polymer Modified • Slurry (RPMS) as specified in Section 10-7 of these special provisions, shall be used. • These materials are not considered equivalent, but are considered alternative materials. • 2009/2010 SLURRY SEAL • CITY PROJECT NO,09-13 CONSTRUCTION DETAILS . January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 20 • • • • • i 10-8.2 Materials. The materials for Tire Rubber Modified Slurry Seal (TRMSS) immediately prior to mixing shall conform to the following requirements: • • 10-8.2.1 Asphaltic Emulsion. Asphaltic Emulsion shall be quick-setting Type CQS-1H • grade conforming to the requirements of these special provisions. The asphaltic emulsion shall contain 2% latex by weight. The quick-set type shall be cationic unless otherwise • specified and shall conform to the requirements of CQS-1 h of 203-1.3, Test Reports and • Certification, and to Section 203-5.2 of the Greenbook Standard Specifications. The asphaltic emulsion shall contain a minimum of 10% recycled tire rubber. The finished • asphalt binder composition shall be smooth and homogeneous. The tire rubber material shall be totally incorporated into the asphalt cement yielding a finished product of singular composition. The additives for quick-setting emulsion and the asphalt modifier shall be a type approved • by the Engineer. The amount of additive and asphalt modifier to be included in the quickset • slurry shall be the amount necessary to ensure that the applied slurry can support vehicular • traffic within 60 minutes after the last application. • Water shall be potable and compatible with the other ingredients of the slurry, • • 10-8.2.2 Aggregate. The mineral aggregate used shall be Type 11 gradation as shown • below. The aggregate shall be manufactured crushed stone such as granite, slag, limestone, chat, or other high quality aggregate, or combination thereof. Aggregate shall • consist of rock dust except that 100 percent of any aggregate or combination of aggregates, • larger than the No. 50 sieve size, used in the mix shall be obtained by crashing rock. The • material shall be free from vegetable matter and other deleterious substances. All • aggregate shall be free of caked lumps and oversized particles. • The percentage composition by weight of the aggregate shall conform to the following • gradations when determined by California Test 202, modified by California Test 105 when • there is a difference in specific gravity of 0.2 or more between blends of different aggregates. • • Sieve Size Percentage Passing Stockpile Tolerance No. 3/8 100 5% • No. 4 90-100 5% No, 8 65-90 5% No. 16 45-70 5% • No. 30 30-50 5% No. 50 18-36 4% . No. 100 10-24 3% • No. 200 5-15 2% Residual Asphalt % of Dry 7.5 min • Aggregate Weight Emulsified asphalt % of dry aggregate weight must meet residual asphalt requirement. • 200912010 SLURRY SEAL . CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 21 • • • • • The job mix (target) gradation shall be within the gradation band for the desired type. After • the target gradation has been submitted, then the percent passing each sieve shall not vary • be more than the stockpile tolerance. The aggregate shall also conform to the following requirements: Test California Test I Re uirements • Sand Equivalent 1217 7T45 min. • Durability Index 1229 55 min. The aggregate will be accepted at the job location or stockpile. The stockpile shall be accepted based on five gradation tests according to California Test 202, modified by California Test 105 when there is a difference-in specific gravity of 0,2 or more between • blends of different aggregates. If the average of the five tests is within the gradation tolerances, then the material will be accepted. If the tests show the material to be out, the • contractor will be given the choice to either remove the material or blend other aggregates with the stockpile material to bring it into specifications. Materials used in blending must • meet the quality test before blending and must be blended in a manner to produce a consistent gradation. • 10-8.2.3 Water. Water shall be of such quality that the asphalt will not separate from the • emulsion before the slurry seal is in place in the work. If necessary for workability, a set- control agent that will not adversely affect the Tire Rubber Modified Slurry Seal (TRMSS) material may be used. Pre-wetting of streets will not be required unless streets are subject • to high temperatures and/or dust. • 10-8.2.4 Crumb Rubber. The crumb rubber shall be ambient granulated or ground from • whole passenger and/or truck tires only. Uncured or de-vulcanized rubber is not acceptable and may not be used. Rubber tire buffings from either recapping Or manufacturing • processes may not be used as a supplement to the crumb rubber mixture. • In order to remove steel and fabric, an initial separation stage which subjects the rubber to freezing temperatures may be used. The crumb rubber shall not be elongated or hair-like in shape and individual particles shall not be greater than 1/20 of an inch in length. The crumb rubber shall be free of contaminants including: fiber, metal and mineral matter, to the • following tolerances: D. The fiber content shall be less than 0.30% by weight E. The crumb rubber shall be free of metal particles. Metal imbedded in rubber particles will not be allowed. The amount of mineral contaminant allowed shall not exceed • 0.10% by weight. • F. The crumb rubber shall be dry with a moisture content of less than 0.75%. . Crumb rubber shall meet the following specifications: • • • 2009/2010 SLURRY SEAL • CITY PROJECT NO,09-13 CONSTRUCTION DETAILS • January 14,2010 SPECIAL PROVISIONS-SECTION 10—PAGE 22 • • • • • • _Property Specification Limits Specific Gravity 1.15 +/- .05 • Percent of Carbon Black 35.0 Maximum • Percent of Rubber Hydrocarbon 55.0 Maximum m m - • Percent Ash 6.0 Maximum • Percent Of Acetone Extract 10.0 Maximum Percent of Chloroform Extract 3.0 Maximum • Percent Natural Rubber 140 Minimum • The crumb rubber shall conform to the following gradation and chemical properties: • Sieve Size Percent Passing • N_o. 30 100 � • No. 40 90-100 • No. 50 75-85 No. 100 25-35 • No. 200 0-10 • The crumb rubber shall conform to the fallowing test methods: • Property Test Method Specific Gravity _ASTM D-1817 • Carbon Black ASTM D-297 • Ash ASTM D-297 Chloroform Extract ASTM D-297 • Natural/Synthetic Rubber ASTM D-297 • Sieve Analysis _ ASTM D-1511 or ASTM DC-136 • 10-8.2.5 Polymer. The Polymer additive shall be SBR Latex Or approved equal, which is added at a minimum of 2 percent by weight Of the asphaltic emulsion. • 10-8.2.6 Mineral Filler. Portland cement, hydrated lime, limestone dust, fly ash Or other • approved filler meeting the requirements of ASTM D242 shall be used if required by the mix • design and may be used to facilitate set times as needed. Any cement used shall be • considered as part of the dry aggregate weight for mix design purposes. • 10-8.2.7 Additive. Additives may be used to accelerate or retard the break-set of the Tire • Rubber Modified Slurry Seal (TRMSS). The use Of additives shall be in quantities specified • in the mix design. 10-8.3 Laboratory Evaluation. Before work begins, the contractor shall submit a mix design covering the specific materials to .be used on the project. The design will be • performed by a laboratory who has experience in designing Tire Rubber Modified Slurry • Seal (TRMSS). After the mix design has been approved, no substitution will be permitted • unless approved by the Engineer. • • 2009/2010 SLURRY SEAL . CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 23 • • • • • 10-8.3.1 Mix Design. The proposed Tire Rubber Modified Slurry Seal (TRMSS) mix design • shall comply with Section 203-5.4 of the Greenbook Standard Specifications. • • 10-8.3.2 Proportioning. Note: Proportioning equipment of equal capacity to that described herein will be considered by the City prior to time of award. • Aggregate, asphaltic emulsion, water, polymers, additives, including set-control agent, if • used, and crumb rubber shall be proportioned by volume utilizing the mix design approved • by the Engineer. If more than one kind of aggregate is used, the correct amount of each • kind of aggregate to produce the required grading shall be proportioned separately, prior to the other materials of the mixture, in a manner that will result in a uniform and homogenous • blend. • The completed mixture, after addition of water and any set-control agent used, shall be such that the mixture has proper workability and (a) will permit a traffic flaw, without pilot-car- assisted traffic on the slung seal within one hour after placement (at 78 degrees F.) without • the occurrence of bleeding, separation or other distress, and (b) will prevent development of bleeding, excessive raveling, separation or other distress within 7 days after placing the Tire . Rubber Modified Slurry Seal (TRMSS). • Asphaltic emulsion shall be added at a rate within the following ranges of percent by weight • of the dry aggregate, The exact weight will be determined by the mix design and the asphalt solids content of the asphaltic emulsion furnished. • Type II 12-20 % • The aggregate shall be proportioned by a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be readily determinable. The emulsion shall be introduced into the mixer by a positive displacement pump. Water shall be introduced into • the mixer through an adjustable multi-spray pugmill bar, water volume shall be displayed by • an electronic digital meter registering in gallons delivered. The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregates) shall not vary more • than 1.5-pound of asphalt above or 0.6-pound asphalt below the amount designated by the • mix design and approved by the Engineer. The aggregate belt feeder shall deliver aggregate to the pugmill mixed with such volumetric • consistency that the deviation for any individual aggregate delivery rate check-run shall be • within 2.0 percent of the mathematical average of 3 runs of at least 300 gallons each in duration. • Each Tire Rubber Modified Slurry Seal (TRMSS) unit shall be equipped with a unit designed to store and deliver the various required materials to a twin-shafted, multi-paddle pugmill in • the following manner: • • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS • January 14.2010 SPECIAL PROVISIONS—SECTION 10—PAGE 24 • • • • • Each Tire Rubber Modified Slurry Seal (TRMSS) unit shall be equipped with a computer • controlled automatic sequencing system that initiates each material delivery at the precise moment necessary to insure proper proportioning. Each Tire Rubber Modified Slurry Seal (TRMSS) unit shall be equipped with independent storage capabilities for the aggregate, emulsion, crumb rubber, polymer, and set-control • additives. • • The polymer additive shall be delivered to the mixer in the relative proportion required by • means of a common shaft, dual pump system. The polymer additive flow rate shall be independently adjustable by means of diaphragm valves and shall be sequenced through the computer controlled auto-sequencing system. Introduction of the polymer additive into . the twin-shafted pugmill shall be done through an injection system, which delivers the . polymer additive to the apex of each mixing shaft immediately prior to the introduction of the asphalt emulsion. The polymer additive delivery system'shall be equipped. with a digital • electronic flow metering device that read in gallons per minute. The crumb rubber delivery system shall be equipped with an air suspension unit designed to prevent clumping or bridging of the rubber material. The air discharges shall be sequenced • to avoid over-suspension of the rubber. The rubber shall be delivered to the pugmill by a hydraulically driven auger and shall be initiated through the computer controlled auto- sequencing system. The Tire Rubber Modified Slurry Seal (TRMSS) shall be mixed in a continuous, twin shaft, • multi-paddle pugmill mixer. The pugmill shall be equipped with .a hydraulically controlled steel pugmill gate for positive discharge operations. No dripping slurry will be allowed. The emulsion shall be introduced into the mixer by a positive displacement pump. The • emulsion storage shall be equipped with a device which will automatically shut down the power to the emulsion pump and aggregate belt feeder when the level of stored emulsion is lowered to within two inches of the suction line. A temperature-indicating device shall be installed in the emulsion storage tank at the pump suction level. The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff gate, The height of the gate opening shall be readily determinable. • • The aggregate feeder shall be directly connected to the drive on the emulsion pump. The . drive shaft of the aggregate feeder shall be equipped with an electronic digital belt. The belt delivering the aggregate to the pugmill shall be equipped with a device to monitor the depth • of the aggregate being delivered to the pugmill. The device for monitoring depth of aggregate shall automatically shut down the power to the aggregate belt feeder whenever . the depth of aggregate is less than 70 percent of the target dept of flow. An additional . device shall monitor movement of the aggregate belt by detecting revolutions of the belt feeder. The devices for monitoring no flow or belt movement, as the case may be, shall • automatically shut down the power to the aggregate belt when the aggregate belt movement • 2009/2010 SLURRY SEAL . . CITY PROJECT NO.09.13 CONSTRUCTION DETAILS January 19,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 25 • • • • • is interrupted. To avoid shutdown caused by normal fluctuations in delivery rates, a delay of • three seconds between sensing less than desirable storage levels of aggregate or emulsion • shall be permitted. • Water delivery shall be adjusted through a diaphragm valve. Water flow rate shall be • electronically displayed through a digital meter. • • Set control additive flow rate shall be electronically displayed through a digital meter. The mixer unit shall not be operated unless all electronic display and revolution counters are in good working condition and functioning and all metal guards are in place. All indicators • required by these specifications shall be operational at all times. • The Tire Rubber Modified Slurry Seal (TRMSS) mixture shall be spread by means of a controlled spreader box. The spreader box shall be capable of spreading traffic lane width • and shall have strips of flexible rubber belting or similar material on each side of the spreader box and in contact with the pavement to positively prevent loss of slurry from the • ends of the box. All spreader boxes shall be equipped with reversible motor-driven augers • when placing Tire Rubber Modified Slurry Seal (TRMSS). Rear flexible strike-off blades shall make close contact with the pavement, and shall be capable of being adjusted to the • various crown shapes so as to apply a uniform surfacing coat. Flexible drags, to be • attached to the rear of the spreader box, shall be provided as directed by the Engineer. All • drags and strike-off blades (rubbers) shall be cleaned daily if problems with cleanliness and longitudinal scouring occur. The spreader box shall be clean, free of all slurry and emulsion, • at the start of each work shift. • 10-8.4 Placing - Tire Rubber Modified Slurry Seal (TRMSS) shall be placed on the public streets listed in the appendix, and as directed by the Engineer. The cured Tire Rubber Modified Slurry Seal (TRMSS) shall have a uniform appearance, fill all cracks, adhere firmly • to the surface and have a skid-resistant surface. • No application of Tire Rubber Modified Slurry Seal (TRMSS) shall occur until all 'deep • patching, skin patching, crack sealing, or other preliminary pavement repairs have been • completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to the • application of Tire Rubber Modified Slurry Seal (TRMSS). The application of Tire Rubber . Modified Slurry Seal (TRMSS) shall be scheduled to commence after 7.00 A.M. and • shall be completed by 2:00 P.M. No Tire Rubber Modred Slurry Seal (TRMSS) shall be applied when the weather forecast indicates a probability of rainfall or when the air or • pavement temperature is lower than 60 degrees Farenheit. The Tire Rubber Modified Slurry Seal (TRMSS) shall be applied only when the existing • surface is clean and free of visible moisture. The surface to be sealed shall be cleaned by • the Contractor by washing, heating, scraping, sweeping, blowing, vacuuming, or other means as necessary to remove moisture, dirt, grease, or other foreign matter which would • reduce the bond between the slurry and the pavement. • • 2000V2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS • January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 20 • • • • • The Tire Rubber Modified Slurry Seal (TRMSS) shall be properly proportioned, mixed, and • spread evenly on the surface as specked in the Standard Specifications and these Special Provisions, and as directed. The cured Tire Rubber Modified Slurry Seal (TRMSS) shall • have a homogeneous appearance; it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. Each slurry crew shall be composed of a coordinator at the project site at all times, a competent quick-set mixing man, a competent driver and sufficient laborers for any • handwork and clean up. • Metal lutes will not be permitted for spreading slurry by hand methods. • . If required by local temperature or dust conditions, the surface shall be pre-wetted by fogging ahead of the spreader box. The rate of application of the fog spray shall be adjusted • during the day to suit temperatures, surface texture, humidity, and dryness of the pavement but shall be kept to a minimum under all conditions. The Tire Rubber Modified Slurry Seal (TRMSS) shall be spread at 12 to 15 pounds per square yard of dry aggregate. The spread rate will be sufficient to fill all voids in the existing • pavement and to place sufficient material to embed the largest size aggregate particles. The maximum speed of the slurry machine shall not exceed 270 feet per minute. The • completed spread rate shall be within 10% of the rate determined by the Engineer after consideration of the surface texture of the existing pavement and the physical size of the • aggregate in the mix. The mixture shall be uniform and homogeneous after spreading on the surface and shall not show separation of the emulsion and aggregate after setting. Tire . Rubber Modified Slurry Seal (TRMSS) material, to be spread in areas inaccessible to the • controlled spreader box, may be spread by hand squeegees or other approved methods. • Following application of Tire Rubber Modified Slurry Seal (TRMSS), loose aggregate shall be removed for full street width to the satisfaction of the Engineer by means of vacuum • sweeping. As a minimum, streets shall be swept three days after the application, and again . two weeks later. Pneumatic rolling is required on all streets. Rolling shall commence as soon as the Tire . Rubber Modified Slurry Seal (TRMSS) has set sufficiently to prevent any material from • adhering to the tires. The slurry surface shall be rolled by two to five complete coverages, as directed by the Engineer. Roiling shall continue until all ridges have been ironed out and • a uniform smooth surface is obtained. Pneumatic rollers shall be operated at a minimum tire pressure of 60 psi. Payment for providing pneumatic rolling of streets shall be considered as . included in the unit price per square foot paid for Tire Rubber Modified Slurry Seal (TRMSS), and no additional compensation shall be allowed. • 10-8.5 Cleaning Equipment - Power brooms, power blowers, air compressors, water • flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the . surface and cracks of the old surface. • 200912010 SLURRY SEAL CITY PROJECT NO.0&13 CONSTRUCTION DETAILS • January 14,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 27 • • • • 10-8.6 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. • • 10-8.7 Joints - No excessive build-up causing unsightly appearance shall be permitted on • longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and portland concrete pavement and/or concrete • gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; • any unsightly and objectionable excess shall be immediately removed. At street • intersections and at the beginning and end of work segments, the Tire Rubber Modified Slurry Seal (TRMSS) shall be neatly spread or trimmed to a straight line defined by the near • curb lines of the street adjacent to the work. Approved squeegees or lutes shall be used to spread Tire Rubber Modified Slurry Seal (TRMSS) in areas inaccessible to the machine. • Care shall be exercised to insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of Tire Rubber Modified Slurry Seal (TRMSS) • spread by hand shall match that which was applied by machine. Contractor shall be • responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, • sidewalks, etc. • 10-8.8 Smoothness - The finished surface of the Tire Rubber Modified Slurry Seal • (TRMSS) shall be at least as smooth as the original pavement surface. Any corrugations on • the surface creating vibrations noticeable by passengers in an automobile driving over the • Tire Rubber Modified Slurry Seal (TRMSS) at legal speeds will result in rejection of the material. • • 10-8.9 Cleanup - During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or • unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such •items. The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by Engineer. The cost for this work shall be included in the prices for all bid items • in the Bid Schedule and no additional payment will be made therefore. • 10-8.10 Removal and Resealing - Any Tire Rubber Modified Slurry Seal (TRMSS) • application that has been rejected shall be removed by cold planing to the original • pavement. A new Tire Rubber Modified Slurry Seal (TRMSS) application shall then be placed on the pavement. Any placement of Tire Rubber Modified Slurry Seal (TRMSS) that • has been rejected shall be removed and replaced at the Contractor's expense. • 10-8.11 Protection of Uncured Slurry - The Contractor shall provide such flaggers and barricades as may be required to protect the uncured Tire Rubber Modified Slurry Seal • (TRMSS) from vehicular traffic. All damages to the uncured Tire Rubber Modified Slurry • Seal (TRMSS) shall be the responsibility of the Contractor. • 10-8.12 Measurement and Payment - Payment for Tire Rubber Modified Slurry Seal • (TRMSS) shall be made at the contract unit price per square foot in the Bid Schedule, and • shall be based an in-place field measurements. The contract unit price includes full compensation for all Tire Rubber Modified Slurry Seal (TRMSS) and appurtenant work, • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 28 • • • • • • including all labor, equipment, and materials, pavement cleaning, crack-sealing and • crackfilling, rolling, posting of notices, masking and cleaning utility covers, and all other • incidental work. • 10-9 MISCELLANEOUS APPURTENANT WORK • • 10-9.1 Utility Covers - Immediately prior to applying the slurry seal, all utility covers shall be • protected with butcher paper and a thin layer 30-mesh sand or by alternative means • approved by Engineer. • 10-9.2 Removal of Raised Pavement Markers - All existing raised pavement markers (reflective or non-reflective) shall be removed prior to installation of Type II slurry seal, • Rubber Polymer Modified Slurry (RPVS), or Tire Rubber Modified Slurry Seal (TRMSS), in • accordance with Section 312-3 of the Standard Specifications. • 10-10 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS • • 10-10.1 General - All existing traffic striping or markings on streets to be slurried shall be • removed by the Contractor. The Contractor shall replace all markings on City streets with thermoplastic markings, and all traffic striping shall be replaced as follows: • For all streets with existing paint or thermoplastic traffic striping, the contractor shall replace the traffic striping with the corresponding raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans. For all streets to be slurried that have • existing traffic striping in accordance with raised pavement marker traffic striping details from • the State of California "Caltrans" Standard Plans, any missing or damaged raised pavement • markers shall be replaced by the Contractor with new raised pavement markers. • For all streets, all existing raised pavement markers shall be removed and, after slurry • application, replaced in like kind with new raised pavement markers. New blue markers shall • be placed at fire hydrant locations whether or not markers existed prior to the slurry . application. All new non-reflective raised.pavement markers shall be ceramic; no plastic pavement markers shall be used. • 10-10.2 Pavement Markings - Pavement markings shall conform to the provisions in • Section 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 • 2009/2010 SLURRY SEAL. CONSTRUCTION DETAILS CITY PROJECT NO.09-13 January 14,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 29 • • • • • delineation shall be included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefore. • Traffic striping and pavement markings may be installed at night after 8:00 p.m. or in the early morning before 6:00 a.m. with the prior approval of the Engineer. Payment for installing • pavement markings and markers at night shall be considered as included in the unit price bid for the construction of Type II slung seal, Rubber Polymer Modified Slurry (RPMS), or Tire Rubber Modified Slurry Seal (TRMSS), and no additional compensation will be made • therefore. • The Contractor shall use Cattrans metric stencils for all legends and arrows on this project, conforming.to the latest Bureau of Public Roads standards. • • The Contractor shall contact the Engineer, 72 hours before any legends are painted on city . streets to ensure that the patterns the Contractor is using match the patterns used by the . City of Palm Springs. No other pattern will be allowed except patterns that match patterns used by the City of Palm Springs. • 10-10.3 Removal of Traffic Stripes and Pavement Markings - All existing paint, thermoplastic traffic stripes and pavement markings within the streets to be slurry sealed shall be removed as indicated herein. • • Where existing paint, thermoplastic striping or markings exist, they shall be removed by • grinding or sandblasting. Where such removal operation is being performed within 10 feet of • a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the erasing machine and the surface being treated. Such removal • shall be by sweeping concurrently with the erasing operation. • Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as • provided in Section 7-10, "Public Convenience and Safety," of the Standard Specifications. • • 10-10.4 Applying Pavement Markings - Traffic legends shall be applied in accordance . with section 310-5.6 of the Standard Specifications. • 10-10.5 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. 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 2009/2010 SLURRY SEAL • CITY PROJECT NO,09-13 CONSTRUCTION DETAILS . January 14.2010 SPECIAL PROVISIONS—SECTION 10—PAGE 30 • • • • • • 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 and reflectors, not less than 14 • days after completion of slurry seal as the job proceeds along, and shall rabbit track the • proposed project as the job proceeds before completion of work each day, and not at total • completion of slurry seal. • The Contractor shall establish all traffic striping by string line and rabbit tracking to provide • markings that will vary less than Yz-inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. • • 10-10.6 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 aline perpendicular to the fire hydrant. • 10-10.7 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 considered as included in the lump sum bid item price. for • removal and replacement of existing traffic striping, and shall include full compensation for • all traffic striping, legends, and markings, including temporary striping, complete and fully • installed, as specified in the Standard Specifications and these Special Provisions, and no • additional compensation will be allowed therefore. • - END OF SECTION - • • • • • • • • • • • 2009/2010 SLURRY SEAL • CITY PROJECT NO.09-13 CONSTRUCTION DETAILS January 14,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 31 • • i • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • PART III -APPENDIX • • 200912010 ANNUAL SLURRY SEAL • CITY PROJECT NO. 09-13 • Listing of Streets Street Maps • City of Palm Springs Standard Drawing No. 624 and 625 • Cal Trans Standard Plan No. A20A, A2013, A20C, A20D, A24A, A24C, A24D, and A24E CrafooT"' 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 • • • • • • • • • • • • • • • 2009/2010 SLURRY SEAL . CITY PROJECT NO,M13 CONTENTS January 14,2010 PART III • • • • 2009/2010 ANNUAL SLURRY SEAL • RPMS OR TRMSS. I $k, I ILTIO 244490 RACQUET CLUB ROAD AURORA DRIVE HERMOSA DRIVE 60 660 39,600 244496 RACQUET CLUB ROAD HERMOSA DRIVE PASEO DE ANZA 60 660 39,600 244500 RACQUET CLUB ROAD PASEO DE ANZA SUNRISE WAY 60 660 39.600 244535 AVENIDA CABALLEROS VISTA CHINO VIA ESCUELA 60 1,280 76,800 244640 AVENIDA CABALLEROS VIA ESCUELA RACQUET CLUB ROAD 60 1,275 76,500 244545 AVENIDA CABALLEROS RACQUET CLUB ROAD FRANCIS DRIVE 60 1,288 77,280 244550 AVENIDA CABALLEROS FRANCIS DRIVE SAN RAFAEL ROAD 60 1,288 77,280 mj-2-544115E PALM CANYON DR SUNRISE WY SMOKE TREE LN 71 1,340 107,158 2544116 E PALM CANYON DR SMOKE TREE LN FARRELL DR 32 1,340 34,195 2544120 E PALM CANYON DR FARRELL DR 11 FWEST OF ARABY DR 71 2,865--1c-)8,215 2544121 E PALM CANYON DR 11 5'WEST OF ARABY DR PALM CANYON WASH 71 3,050 108,336 3045115 E PALM CANYON DR PALM CANYON WASH CHEROKEE WY 71 3,090 219,390 3045120 E PALM CANYON DR CHEROKEE WY GENE AUTRY TR 71 1,988 141,148 In Section ID 2544120, only the north half of E. Palm Canyon Dr, is to be slurried- •Note- The streets listed above shall have Rubber Polymer Modified Slurry (RPMS) or Tire Rubber Modified Slurry Seal (TRMSS). • SECTION 2, TYPE 11 SLURRY SEAL 244005 SUNAIR ROAD AVENIDA CABALLEROS MCCARN ROAD 33 609 17,424 -244010 MCCARN ROAD SUNAIR ROAD GARDEN ROAD 33 803 26,499 244015 GARDEN ROAD MCCARD ROAD AVENIDA CABALLEROS 33 506 17,325 244020 JANET CIRCLE AVENIDA CABALLEROS W END 33 291 12,177 244025 GRACE CIRCLE AVENIDA CABALLEROS W END 33 291 12,177 244135 ADOBE WAY AURORA DRIVE HERMOSA DRIVE 32 618 19,776 244140 PADUA WAY HERMOSA DRIVE W END 32 410 15,489 244145 GEM CIRCLE HERMOSA DRIVE W END 32 412 15,561 244150 LUNA WAY HERMOSA DRIVE W END 32 411 15,525 244155 LUNA WAY HERMOSA DRIVE PASEO DE ANZA 32 618 1-244160 ADOBE WAY PASEO DE ANZA W END 32 413 1 5.777 Aj 244165 GEM CIRCLE PASEO DE ANZA W END 32 409 16,661 244170 PADUA WAY PASEO DE ANZA W END 32 409 15,561 244176 PASEO DE ANZA RACQUET CLUB ROAD FRANCIS DRIVE 36 1,286 46,296 244180 PASEO DE ANZA FRANCIS DRIVE GATE 28 50 1,400 244185 PASEO DE ANZA SAN RAFAEL ROAD GATE 28 50 -1-,400 244190 AURORA DRIVE FRANCIS DRIVE RACQUET CLUB DRIVE 36 1,286 46,296 244215 JACQUES DRIVE VIA ESCUELA LOUISE DRIVE 32 925 29,600 244220 BERNE DRIVE LOUISE DRIVE VIA ESCUELA 32 926 29,600 IWL244230MILBEN CIRCLE VIA ESCUELA N END 32 533 19,071 AJ-244235-STARR ROAD VIA ESCUELA RACQUET CLUB ROAD 32 1,306 41,760 244240 STARR ROAD RACQUET CLUB ROAD FRANCIS DRIVE 32 1,266 40,512 244245 STARR ROAD FRANCIS DRIVE LINDSEY DRIVE 32 545 18,072 244250 LINDSEY DRIVE STARR ROAD SUNNYVIEW DRIVE 32 737 24,210 244266 SIMMS ROAD SUNNYVIEW DRIVE INDIAN CANYON DRIVE 32 382 12,224 244260 DAVIS WAY FRANCIS DRIVE LINDSEY DRIVE 32 530 16,960 244265 WYMAN DRIVE LINDSEY DRIVE FRANCIS DRIVE 32 530 15,960 244270 SUNNYVIEW DRIVE FRANCIS DRIVE SIMMS ROAD 32 682 21,824 SUNNYVIEW DRIVE SIMMS ROAD MOUND ROAD 36 376 14,256 MOL ROAD -36-- 244275 2!4!!�4?2 8Z�O INO ADP SUNNYVIEW DRIVE STARR ROAD 36 723 028 244285 STARR ROAD MOLINO ROAD SIMMS ROAD 36 220 8,640 WL2�0 SIMMS ROAD SUNNVIEW DRIVE 130' E OF STARR ROAD 36 878 31,608 AM 244295 LAUREL CIRCLE STARR ROAD W END 32 631 22-,-212 - 244300 SYCAMORE CIRCLE STARR ROAD W END 32 631 22,212 VL244305 DESERT WILLOW CIRCLE STARR ROAD W END 32 631 22,2121 41244310 DESERT HOLLY CIRCLE STARR ROAD W END 32 631 22,212 244315 GLEN CIRCLE STARR ROAD- N END STARR ROAD-8 END 32 1,412 47,700 • i SECTION 2, TYPE II SLURRY SEAL � . ... . , �I 11�' ;�!il...";.n la I " ':N ,.✓ ,:.,$i r. � „LN ,', l a:„i 'i;ti ,�' 'li'. ww, if1�''�.':;y ' �I,9., � i�iNlS,!@�,�'.f'll`!1 244320 LOUISE DRIVE VIA MIRALESTE AVENIDA CABALLEROS 32 1,287 43,749 244325 LOUISE DRIVE AVENIDA CABALLEROS E END 32 518 19,044 244330 EL ESCUDERO AVENIDA CABALLEROS E END 32 520 19,044 244335 EL ESCUDERO AVENIDA CABALLEROS W END 32 520 19,170 244340 EL CID AVENIDA CABALLEROS E END 32 518 17,298 244345 EL CID AVENIDA CABALLEROS W END 32 519 19,071 244350 EL CONQUISTADOR ROAD AVENIDA CABALLEROS E END 32 520 19,044 244355 EL CONQUISTADOR ROAD AVNENIDA CABALLEROS W END 32 520 19,107 244360 DEL MAR WAY HERMOSA DRIVE W END 32 532 19,494 244355 DEL PASO WAY HERMOSA DRIVE W END 32 532 19,494 244370 ROSARITO WAY HERMOSA DRIVE W END 32 532 19,494 244375 ROSARITO WAY HERMOSA DRIVE HIDALGO WAY 36 465 17,460 244380 HIDALGO WAY ROSARITO WAY CALETA WAY 36 731 27,756 244385 CALETA WAY HIDALGO WAY HERMOSA DRIVE 36 467 17,532 AW 244390 CALETA WAY HERMOSA DRIVE W END 32 531 19,458 244395 NOGALES WAY CALETA WAY ROSARITO WAY 36 738 26,568 MR 244400 HERMOSA DRIVE VISTA CHINO VIA ESCUELA 36 1,315 47,340 244405 HERMOSA DRIVE VIA ESCUELA RACQUET CLUB ROAD 36 1,284 46,224 244410 HERMOSA DRIVE RACQUET CLUB ROAD FRANCIS DRIVE 36 1,285 4 3,260 Vq 244415 HERMOSA DRIVE FRANCIS DRIVE GATES TO CONDO COMPL 36 55 1,980 di 24441 HHERMOSA DRIVE SAN RAFAEL ROAD GATE TO CONDO COMPLE, 36 65 2,340 244420 VIA MIRALESTE FRANCIS DRIVE RACQUET CLUB ROAD 38 1,271 48,298 41 244430 VIA MIRALESTE VIA ESCUELA VISTA CHINO 34 1,270 43,180 244460 FRANCIS DRIVE INDIAN CANYON DRIVE AVENIDA CABALLEROS 34 2,550 82,648 244465 FRANCIS DRIVE AVENIDA CABALLEROS SUNRISE WAY 36 2,550 91,800 244475 VIA ESCUELA HERMOSA DRIVE SUNRISE WAY 36 1,275 45,900 244480 VIA ESCUELA HERMOSA DRIVE AVENIDA CABALLEROS 36 1,275 45,900 244485 VIA ESCUELA AVENIDA CABALLEROS INDIAN CANYON DRIVE 34 2,585 87,890 244525 AVENIDA CABALLEROS FRONTAGE ROAD VIA ESCUELA RACQUET CLUB ROAD 26 1,248 32,670 ' mj 244555 AMELIA WAY SHANNON WAY PASEO DE ANZA 32 425 11,151 244560 AMELIA WAY PASEO DE ANZA W END 32 375 14,375 244565 LORENA WAY SHANNON WAY W END 32 197 8,495 244570 LORENA WAY PASEO DE ANZA W END 32 375 14,375 244575 OLGA WAY SHANNON WAY PASEO DE ANZA 32 425 11,151 244580 OLGA WAY PASEO DE ANZA W END 32 375 14,375 244585 PASEO DE ANZA RACQUET CLUB ROAD VIA ESCUELA 32 1,270 40,640 244590 SABITA WAY SHANNON WAY W END 32 197 8,495 2 44595 SABITA WAY PASEO DE ANZA W END 32 375 14,375 244600 SHANNON WAY AMELIA WAY OLGA WAY 32 760 23,174 • • i. • • • • • • • i • II ! f I Nv Y Y �'Y f t m g. n !MX'YYygVieS p..rd� ;k Y.. '�k � 444PPP}}} l xw Y m Y Will W�t v� i q r � a rVnr� 9y iS� s + rS. yes w Y, t�� rc pg'q I ws r , • • NQ, Ia WSIIOw5 [APPROVED DATE • SIB" •90 wm Alum, SION 71 • J +-w+m51'TY LtTTIERS 1440 11ACIkf1RGI NQ COV O • 1�14'',A1 1150 GRAFFITI . • 4,(Ttl6 OVERLAY • MMNk SHAtL ®B ATTACW40 TO .. • �'�UT11.17riQ TWo UNI$m1'1T. a ,{;%VIE..iffiVEiS Na TL M58. • "Z." X.2"'.X 0.12 GAME T&LE91�AR .. SNpFICIENT LENGM TO It, MOV TOP OF 51'GN 16 4 r •.. .. 7" INTO ��M`vt AND PRpy111[': V �W CI:EARANCE. . • 72"' PLAN VIEW . OR S/W 5' rAIX Or CURB 2• • DE tAk o. BELOW' 1}� • FIONT ELEVATION • FALL or • SIGN 2--1,4" x 2-1/*' x. 36' 7 f - 7 2 1 f4" . . . TELE'SPAR' SLEEVE'HR POLE 3-4" :ABOVE THE EXISTING SURFACE. r • ..Ex45TIMG SURFACE D. a0' 8®° • POST INSTAU ATIO'N DMAIL SIDE LEVAT ON • CITY OF PALM SPRINGS APPROVED: DAM • PUSUC WORKS & ENGINEERING DEPARTMENT ' �X • T CITY ENGIN W.6.�. SIGN INSTALLATION 1a1.HT1Q1Y 411E VdN dY: G.F:F. FILE.44p• STANDARDS • CHECKED BY: MA.F (M. NO. 624 • • • • wal REVISIONS APPROVED OATS STOP BAR LOCATED AT MIDDLE • OF GUR'B : 4MP Sfr>E SLOPE • NEAREST THE a.C:R.. • g pup 4 • � �Fe D�cr. pax �. OCR • FACE OF CURB • r . • STREET • CENTERLINE • • • 4' • 8' 12" • • FACE ,OF CURB • STREET CENTERLINE • 1W�TE: • AL,I. STENCILS TO BE CALTRANS: — THROUGH ARROWS TYPE I LEFT/RIGHT ARROWS TYPE IV DROP ARROWS TYPE VI CITY- OF PALM SPRINGS DATE: .. PUBLIC WORKS Bc 6NCANEERING LIEPARTMEN f CITY ENG?N ¢ R.CE, • STOP DATA AND LEGEND DETAIL DRAwN BY: D,5,5. FtlE N0. STANgARDS • • l LA&TLl j_. S IGfl 113 NO PASSING Zil4t -TWO Hm4c TIDN - D€TAIL 1 Iz S BAtza.`ar8 piseeBnsl GU AIL A}L 12 DETAIL 21 - 01 Syr �i DETAIL-2 -a' - DETAIi 13 - - - - - _ -DETAIL 22 _ MIDi�e>�.iiw.rF+.�+eurw _ IN a BeT-m- a [`+n:: m,w.e RETAIL 15 -1w _ ® ooI_euLa DETAIL 23 0000 a mean a '. . DETAIL-4 - - QEFA3L.34A - - �ffif 0 DET�BIi 5 MO PA55IM ZUES73<ft FlER ° OR TI 12•-v W: e' DETAIL t5- - I- - F->z - - - O 'nPc R iur.ewA-neearlro. Somm nz --+I--ti ® er nzic.rbn•rsre.!xr3.:_ _ _ - .s>r JY DETR[L 6 - r. _ ... ... _ � -�-{ I9 rn'Esm�A-n.�-Aa*r�tnsur -.-I -� ► - '�_ DETAIL 16 IS -`f'2c a a,l >�su'Mfxvafkerkm ®. ® •r• �� owe a 7� w - t+ws a w-.m sera.e.w�.el.rt1�: dn,!1� 72 DETAIL .T - - - Q .F ,B•.a• k: •-e•: —► _ .zr-B• 1 zy-e t}� C=7 r cdr. .g4FE! ® _ 30 ease DETAIL-1T Pniw dHt 9ehH qq d _ hr s<T6esaMleei �Sa[,fY. Ls�R tEr.�tts DETAIL & iW[titK1EJ][®MYSI - .. ■4@b-s9m:os O' l-Oa--f- - _ 4_•tl t 1'-e',_ rr=a' _ti'-cr ,�r�•t 7AIL 1d - ?t , as-B• gym' A � aDi'�Wi' '- _t>Y�•�y;_yll ROM DETAIL 9 CIF - - - - _ -` T _T _� B•-a'r'-B• m-e• Y.n-_a'-s• B€TAIL 19 a a 0 �-- 0 DI �— - ta'-C 1=2-0°i 1e•-o• T DETAIL 10 1 •'-a' - + - IF -u•-w - - srs - TYP€ A'& 74TE A7 TY { A TYF'i 6-A. 2PE-FI . DETAIL 20 i � -�_ ��-•�' _ � °" ^. _ ,� ta•4 - trs' te4ei .. ++ar?w"Yw _ i DETAIL 11 - B O B I D - f$. T - - - - _. MW mile UR SCALE r _ - - - �C{Wk f0 T9�/ZC IJff_1QIi72f1L4 LEFT Waft Laft -� DETAIL-24 i - AD; tree 9ETA,}L 28 isw.rtweriw - a'saftmE _ - -DETAIL 2$ stit MTkLL ` - - E !c - -DETAft 25A ;F DETAIL 29- - i Al - �� 8. �•. -F _A. aDETAII 34A says DETAIL 26 - `�aa at Yr.mac..er - 's'^ - •� ' i- r'i . r eaQa r.e*srvua+m.1 - T ^► ��'.� '„t max' -..pay x=er �- _- � u•-e - ! �,r � - � - �� L1EF7eiL 35 DETAIL 27 WWI 6 ." I _:$ETAIL 3B _ . I J W 'W$ 1 o " .� -T -bET:AIL 35,5 RFGfiT {tGEI}idE•5 f - e.wi sA ee»sea - b€TAIL 3q - ABTMt 27B -R AFT F T F4Td k MTAIL 32 1 - - - s ; -DETAIL PTe - IR .AT TYP£. H y - - - - -.. *49 E� m C7 - E� __ - - _ '�,aaitareegastx+a saga ae¢ Bf TAA 33 - - ae- -- ��aa�+4s�'sa�Im�s��nilt��n�mlr�rmnrr �- - - - _ -- p0 §i'At5 r EXIT NEL?RAL AKA-J6M) M& ? .. - DETAIL 3fi - - - 3. ^Y Q H'RifN � Le S�e}p1.1 iA29_ 4'11kr11L IFRe- *-- a. s _ DETAIL 37 -- � arse fwr.ap - sae doll ZH�. ' QUYe M ffW0ltd rigr 4nap1 - / Yellwr rkie - - - � Q ENT[s+KE &AAA hEUTR@t AREA 'f4� ) TREATWNT © It p H m 1 C] �1 & 0 $ DETAIL 35A 0M t% jh] DETAIL 3TA' - s}u a - P it lM I - 88 a I'd $8 ' E'8 .� Ar� Fie aS-tvY�Y1l3-+a SrmPr _ - - - 4@ F'4n gym& 11 ^� Y op�1T'i KIMa +rm➢ �+" aF�zrlWl. LAW- AT NlTE GYi�S - � - EMILUW RAMI-- k.TRAL ARZA (ACCELEf3A7I©M LANE TR d IAi - - KTAIL 3TQ DETAIL 36B - H WIN rime °- - wrreaHA DETAIL 31C 4"YNhH IHr CAfle K xasNr-.� RraeM .. _ *MR—RU fit.$ SE A as � o as 88 - 66 98 BE WIN SSM PAr - - - - -8' hCcup -T�'9f3:a—/! faun FdLe LEGEND _ - (7- ARL t F:}e Frot.retlaerlw - - �'+�+ 2 [$ FTPL GRM^n1�4-ION+s�CNorr� - - - 1.T - 0' srii-0Wa- g.n.Q-�xv wro TYPE A TY € C'. T _G' - - - NO g Hei+waFreetl.e Faro - Feiuru to Table of Content CHAtNWLIPI#G LINE LEGEND RETAIL 3$ s" w L1A pAV .rnE x�>e km:.rr+aerae. F� .aIM1� ' n � -TYF[9 Rry V(� EIeP'9llIBAIIfCf Y6 Tr qc V Val1m Lr. DETAIL 38A a`Mift Lirte - fr:raceren ^R T�+ei - MARKER DETAILS _ r�e�t �ptlfiBh ¢� off' €- DETAIL 37 '�T eat '� 4#s s °cb a aE+F'3im - n•�'ir ssa rcx. i ..1 _ _ SEET7ffii B-B t4tdfii + erkL'et nRTee DETAIL 39C - 0:4 TYPE A &.TYPE kY TS�G. " ® 8 8 8 8 � 0 � �-$ 8 g fl ®$*ranr>+c+rA.Fne• ���i•-� f a � � A �� �-._+}`TIII � i� FIMiI°el SbF1aY r W3 �' - - -PI:2id g • - eoeim suriome - T$$-I - - M1' *t co BIKE LANE LIFE - - . - a»fE` _ _ �6"TL4N Lk (�DETAIL 39 I ' DETAIL OR RE € n +R"-1°6• - 4 - a - �. € CIS] _-xAmu� s� ac�ss THEA3tOFlASTIC TRAFFIC vlpknr.vofvr<11R.INTERSECTUM LIME - .S..LiPE -1 �a�safas vvt� 1w®e ae ra»ee s eM e: pWoI�t �nr y�rie ru BIKE LANE - CE$SED THERKKIPLASTIC N4T£S '� rw.lr. ryp•i - . DETAIL 39d MKI'-0' ]INeneNrCC a.see betcd rrvre IFb 9eKlb Rm � b¢froedbefM ROge �� � p C7 p0/ell°R1 merhfnfi iaaeer+r. x.iee k 7ee �� fi.The» 6{ila uKs kelouel - y - - . 'a-tl�. y'� fi`wJM Lfw fn�Ege�eE OakleiMll Es 6 H Yi � ®'�- fvH�3Wiaxs. RRmm�nt rmeun. _. Ahg ��FFyyTj: 3 t a° tea . TYPE C F-:TYPE D TYF€ & 8.TYPE H. 201 KIrligRSFGT 4S - sessot.s-r uidx. . - - - RETAIL 4A-- - - - DETAIL 40A t -' . iE Ak4 .€Eff C —' 0IM 1"Miq Llq _ A Igo-R~ly . CEMTER. LINE EXTEIF 1ONS THROUGH- fE RSECTI�IS - - - PAMPOW DETAIL 41 DETAIL 4.1A - - - 1 , _ o ran TYPW L MERE$ ■ -' ! - s ° q ® ° ° ° - - - - WO SCALE 4"Y 11l Llm Tyy AY IbrRVNbflw _ - Rehe n m Tabk ofCnnlenrs rJ■■ ■rill ■ref■ an ■■ NO wom ■■■ ilnli! ■■■■l■ ■■■■,■■■ ■■I ■■■I ■!i! M■11 Mill MI It oil to, ■■ ■■ !■■■.!■■ mill oil ■!n It IN ■ ►!■■nl!■ ■■■■■ ■Ire ■■■rr■■ ■!l!1■ ni■ ■■■■■■ ■■ia7l:'WOMEN Mill!■ ■lnni 4 f ea{�. _ ■nll■ Mill■! ■■ ■ ■■■■■■■� MIN ■ MMilli illl■ i:n■ ■■■■■■® !f!■ ■■■■■■ ■iii■■ !l!!■ i■■■■ ■■,■M■ t . Mill!■ ■lae■�I■ Mill!■ ■■■■■.mill ■■a■■l�n■ Min ■ ■ter■lai _ ■■■■■il ■ i ■■ate■■ ly■■■■I■M■■ ■■■■lnl N ■■rf�illllIn IN i!l34iii ■ Email 2ii i Monti A�iEifi ■■■■Mul - i111iE;lfiii iiiuiliiii ■■�■�����■ �'3' I��rl11€Il�IIl� Il111!!IIl�illl 1��11l11111111 ii�■�■ �1�111�il�ll� 1111e�l1111!!Il Ili�i1111111 ■p■�■ illl�l111111 !11lIIlIIf111! �1111i�iii71 ■••■■�■ lfllllllll111lI 11I1lii111lt11i 11i11i!l1i111! ■■■■if■■■ 11II�1111�1�IIl1� IL!1111lIl�ll 11+11111!!l111� -� :�e a �' lIi11�1111�1! 11f! E1l11..1111l11! 111,11::l1111l�! IIIII4111►1 IIINI 1i11 milli papal !!!IIi1111'IIIIIII IIII 111111111 11�:11111!!11 �.■■■�■iy 111111101J1111 1111IIIIII iIII! 1111}01111fillp! ifl�■ ■ '!EfEflfE"€R-e3.lEfEE u 1 Ip3■■3' ■ #.lIf11I1l11 1111€�111#14`11 ■RIPP■J1111I11I! EEfEfdNSE '€Yi73p,.E&E 1■y111iilI111 111AIilIlI1lE 11111111111i �� s■■�WAR■ l�W� lEEf.�,fEfkfE7 ORIEM ARTS i€i�G: .i ice. !!l III l 111 lII11111191151 I11#111 1i11I!- safsvmassrsws�a �■ ������ :css ;Sear a� wf .SUINK ! . PIN■+I.1■N� Esr � saf ' Rf7■Wi�■■RS f�faa sa Am 2 lliiif■■M11i .. fafE31 a� EiIke;Eal ,04044rs sfassaEE ■■►■�■■■' E■��;■! EYEflfl* AtAffi !EE ,fr.;,. �. , ■l�Ri'1l.f�i■ EEEERE^ E,aEEEEEE ■ �I®R�l���■ CAl^!■■■i■ �j ■■��,��■■■ fMEEEE@•".WmmEEf! :. '�'�I�L 1 III■ EEEElfEal�3fEEEfE ��■■®�� fE#EEfsSFJEEEEo R!■`11�l�l�ll!■iR ■■■�i♦■!�■ EEfEElI3fEE•E IN as -.� ■■RiECl1 1 liR■eR (�■■ �■ Eff$3 Es5E�Eil l9i AN■ ■ e€rrE 3s:fads.: ������ ®���� ■�k®� ili■I►�AR'[R4E�■! 1 E.asa�farEalEes ■ a 111�'■s!■■■Rs�iR1 ESiEfEfsErE.esfassaalsEa a ���'■ a ■ f "" ■/r® ■Rs�il�lsll9�■ '��®i��� E.EEEaseisiElilfE! ��®�■® �� tit■VA ■■■■e ■r�■■■ �� = ir�j ■i ■u■■■■ !■■■■■■■ JI ■LIIUA ::: E■ ■.■■tee■■. Ad®■ ■■■■,.AM■■■ .. ■■■■■■■ ISIEEI€1Ii4SII41-'llI!llllt.€$€i€€ €it3El113413€€€8;i-�3i31111€111i1•.81 a1I3€€lll !'3$IIlil.l ,sse 1i1€€iliSets€i#ti.11li$fSlrsli€c.-i e133;(E#!!lglsilgyryl;l34IlilIE€lii ; .3 Aill€€€€€!€Till g<= is'1$ x x35xsk ®®®�€ik1lll$1€i i£!!I€11.€€€11 €€"€11€e$?€&$#€€FI�1$l€3€i�l£ICIE ';s §1Ii5° _ - 4e EMA i ep €91I 1€31€€1!?el§13€§3€1951€s 3111i! £3 €i "€€llii€i€i.1llilallllll€Iii1d13! €,.; x11°a 33R€ -:-is Si a a53rz Elf1€1€11is€ II41YiUP"fMR1ll"I it - - !§€,;: i 3�Ip:€� 0--r a:#$ lag '1 - - E14I€i#€€€5s €e + tl . 5 E a i33!€€li ie[€1!I!€11 il` UM10011 a P:"sr =A33111si¢Ig€ 1 g#=11l,1 it..nl1€i€€1F11If3iille l€1i4i€€t€195+ 1# a v!!z1€1 g'yj'€1 iil er€ <.-pis 1 •`i 1110111111 ili 1€€ 1 $@ ..! €,.31afP 1i 131§€$'s!€1151€09411"01 Ic,as, a€a €:3la NoP41 i.;sb 1!€i$fIIII€slei -3€i€ i° €i 'ii ilsiEi€Fi! 13&€..1€3flil1llls1f131€:1 ! `S€=3S113€€il€€11E 1.=73113l1 ; i 93si€s' 53f If€€litl€rbili4 - tESsS if l I.EIFdiSi;i3€€-31e`llil➢i11f e1111P I£[€i I1€i$€i3 € € $ '168A S!€1€iiil&€is 'S{1s€'!€Z$gi r -?1 ilcyi UNA 11€€# 13. 1€.d€tfliil4s114€@'Ftp3111faIl11,€..5 i Ills €i1fS€!€!l€# i 6gs':l :"�tINEW% I5i ifiii5€1 1f511€$ i 31i1I EBi-i - 1 ilillili1lI IIIIE i€i!€IE31=_€ill€iiE€ E itiit liii 11111'e11' Oil=?a11i€�ilg1� €l;lf t€!€:A9 Ii1114151IIlf llilii ia:3-lliElflli3:l1 isli!1€lIY€!€ li€lll'31f1E1I11i1€li11 Iilli€!1i1S1311€>El;l "ss1lil5li5:1 6olloollil11;;3i lFilRlil! IM113ii111ii11€.'Elmial i1lllliliiil llll€i i9illillitlg E119s's § !a'Sa t18..l6. 411E€ 11161x 1 lIRE11111111€11 1s:3l111111i1111 .1i1114 118'€iilii lll;;li--;€ I!€eilll-€}€l; 4 s€IesII1"€t1a€36 i OWN YF9.81311 is§Ilflle€€IillYEi ilii2l 11' ixi4§�€ b-4di i1 €ii j!€�134ii aa.Ti; €�g#€�13iily€!!Ir€4€e1111I€11lI!!il 113€Itli€II IIi€11.111111 lli lilll°€ I$1fS1E1 it€i7albl ,i! r 3YI t tg.a I.x1E1€411€Is111411315EI1€i II! i RIM"?111111s 31€I IN 3i ilxle e a £ _il €1:; al ni.. iig5:-; "!€° �€ 1141€l11111€f11.3€i€€!I€1€!11 Es Itali4#lifli18t311111 fii!€!€€s3:1 a-Ii€1 !i s.: IMP';Hill 1119111111 INN Hall 1 'i$1lilliflli" =€EEEiS - iie s s € _ii W s€€ul ii1€111€i!$i!§i!€€€llE1Ii111 §€IlI1 !l�! =€€Il11 i 41c1I; ;'; Ii1133f3ssiMOM !, 1€3§#s s41 i : , !� Ii5s311I$i o it 110!1011 in li€sll € leiaa l€3 *15"Ol i€!I'M IM €,11101111 .'11i31 1 3i3 $x'ER 113E a1$S 1del°€If lilt Iil31111Sil111i9 fd3ilz$!!!13 Jli'€%11!€ $33i:lis@iS!i S 1€€+*121s:•:,3ifli site;€El19P$ 1§f11 a€+3r xsS€.1 1BlF1FFlIilE31EN1llli1111�i -' 31fS5:3iiiiliiifiiillfi' !.I IFIIFIil1-I�.lilsi€ _ !11€€Iif€iisIa..i il11 €7151ai1'ilfiil ls'i131i:fi IIEB 11€lli311Elullaull151 L'hiihll.Flii3llll! IIlI6Iiii13 S€51iin €Al,gigg ill#l`ii; €•. 10I#111 i1143llielilii '1lgl ill! •ii°111€!I HIIHNINIE111 113iilSlllilll€1111 31zd!?H $3r$#i tsliil s illsleNI€€xs3SliNaliiilli lot l El IN i41€€lunii maii'!1IES11 I5111l1115il11113!'x €€1r i&Bie€€1Sl� 11i1. 13sII3JeIa: EI€i if1€€!!Ft€s!i .! €36 MI 4$li se1411IE11 1l€I114f€F15is39 '! 3F 53 s11= £r$ E!4 IFieF3Sii1if e3f1lE1€€ilEi5is3ii •1 Iiisllx€elt II41iS11€I ISl1 z:i'I€_1!F!3 +!€ E 1s�Be3ni ixili x linitill3AN 1l s s 1151"! 1i11111 it IRPI1€€11€£ ellElld$Ifli lilil z1l1¢ 131 ii I�!EM5 f° � §li -# I�11i1€1i31€II€€eiil:le§19d11S '1 #4 7€IE€EE1€ €! '•.hill! i=!I Sit$=3 €�; I iH !1a=ir aEiFill i 11111104 5�s 5llleii€ii €RDII 1 ! i SI'i€r€5I }5 i•3'l3111 'zsl§€#ssi!! 3a30 :1 - i�1111i',Ili si i5vi nl11311 i ilo€€%€311Ii z ! �i1SR1 Mile i€d8s€s'er!€ ;€; 5€_ F t 2 - 111Fl1111€i1 € else€i: ilii513 -I$ e'§sE1e$l8311IIlf# -"'�%fll !!il€1111113$lit "B 11'S€ €zyi c I 6 I! •li.,!!€el 351HIj 5z sii!-::1 IA lI€15miu€I i:oul €Ills€i1!€€ i$i '.•€ §! 1 1£5 z 1 filiiiitlll 111€il€!1€F.#I e$t1Tlt #€11',Eii16€€I$-I iti15$illi - ill€i311F>€x€Ilia !Is £.�€1!� C�Silt�if' Mil€ailnlf1 €€lual 21/a:iillJlsi€iliii!ll5�l IEilI1f11£iii!lil 4i$ 1l12 se1aela:€€ ..1 -i5 a i "9111 311E€illW 11111i lili€111111 i# If111 E`$§ ?irl �',"� 1lg E11x433i16:iS1li � Ilii-d3�5.1 §$l I11111€i l€ w"11!1 im E lneylEl€9€i1!!i 11€€i11 r'6UHN1!11 Ida!€i H€=€ssR 1€yWIN* 111§Sif -SHRII E11€lF,1I II it tlllili Ei1.11 #i13€ sg01E €§ae 11Se €i �£' MEAN €3 11 "3011101 11€5111;M L.xllell € 4515E 1€3 a 4E1 e'A R1id°51 IG` ilci�fC MF;�IE 1111lSIle€IIIF7€ Aoi11 el -4 i1111 5fs ail ga :'€.° -€eallsilS f 11!!l114's 1111§ M ,# R=i1!€ 1 � 31 ai€i ex3K 11K 41$F€ilrx$ €ic111ii4 -'IEi.'1 liiii fi s€€I€11 i! iti e'a§€ aEi€si 11!f€i 1f41 €sl i1111€!r4 i5i311 !€i11 s 11sg131l11 i#leka€€iAi11P €311 !llffs111tei #1 Iieup"1I111 ill$S i!$;1l1:1llfii 1'+ rai .11lPei llll! Ilii€s#IFY: .-! IElS iff€i'1lliii EIfli Eli€NIATill! !!!€lc !1#1S1lllu -- UNIii1€91i1?i _ - I!;lFEIISi!!!I1! plEl/dl ifllll€illi Iflall. =33ciP,l i!! RlE1l�E13€ 1 INK ::.lR ar. q > I ifili i3#IEiil1�3!!i :t7R!l6lf����li0�! ,� � � L ��l�li4�lEIl1lls7.'�IE1€4���ifEl1"A°I�a�€4i A Faeii�lltl<�€Rliill3�!!°���ilililfi���fi � !!#!!li4�ei!li��i!€li!lii,l4 i��fii ,� 9:1!!![ii'!fll►�Jiii►lillilllllillEE! Ililil i;ll.'�'•i$ r-€e5�--T��ffi" 3 e d€i3 €��.EI' i li S f€Ile $t I.�t-.f"+11 !IE€€€11€191111ii1s Illllz?9'silk;:lep€ IIC��`�l€E;ti�lE' -;!! €s� llf dill 's zi ° I3l1E ills la 3i;;lip EIf 133111€111f3 =11 11li1�15iii11lll�l !`��C'�fF.�lEa",sl �-'.sa ,ip - ipi li 6x igliil €:t > s i8i"sSl - 1llidlllll€Ices �1] IEIp"e€ -ii€isi1111€ Milli 1'- a s cql€€ 3s€131�,$'i1 1"sa11R113€!Il£';:fi IIla1€ igii3ik11:11 ai1R3D ;ig?1 gF a xsi5€ sl € €5€€illl al15111#4lfill€i V.6 11l1s£-Ils fi11-€11 1 lixf I€#i3 ISet °i lii 1'lii 1!! a €``=31i€l illki€El€1 Eli ii;Fli'il€@lei'f IE €£+4§1 IRIU,Fs: Fll'1ls�s11€€1€14.'"c giatiaai6x1s1 si§14 liiz§a€ i akii .3 €#3xap11i c£@� `rc_..gli €#13t11iill$l1313s1 le€ii11€1t ilii€1i. i.e-=}x # rttq 2 ! gill:! I�gi#Yi[ ei:g1 €?i%11i3141$i#! $€ IEI'%i:-€€ris11€=11 - f-s3 xi ?Il i' -t-§@111i 3!€51g3,:igllf -IEIE 141e1€1113;'•1`= ei€1Mlll Ali Milli i1zF1! E€-:$ 3§ll lei€ ail°f 1l111bi1 A:i€i111c€Ilikllill 11€ii[11i�Aliil�F! :!1 e1xEF€£MM, aiA"fg38F :?eiil 111 e01l',E#5iii Will 11'Eli 111tttRlReiillll€d1 � �.Mr� f !'a 1 :113111 5 rtf€IE6 €B`iEg is a.slel 1 11i 11111illi Will lflii # iliilnl 11I1 i1111 1 ek1 €Ills€- = 3 .s#ia is. 1 :ili s 1511 fill 4611#^ a i fkiIIIl isillgmI a 1i11 iiat€lili 1€il Ec €6Y11e tit+1 I€1i 33119 E3£iEl i v ' i -+111s s@€li Ili€' sFi i! pill 4eill1I 1€€llll !1€€11111 ;,[Ills : elsg 115 n€ e:t3i1lE -kill i' 11111111i glull 11i3€,Sp1, e��.le1lll - Nil � vileli s9F ,: gE IEf+ c i_si,In 1 4314i6111IIt1k111111€I it€isi�'€i€21Ml1l1 1!€F5°ae g F1#1r €g si£All 1i 10a1 .Al Rill 111111e3€IgIS�l1l1 i€1311i-1 €i€ llH 11IFlMIllollllfiilf 'E1 IN tl11i11Y1fEglH!!ki lsrs€c l 4.}�aaa pt s p^rF 11€ €if - €gl E€1111111lfll�illE Nitf, i'-0 ill 4E 11.?f i1111111lIIfN! 1111i!!.7€Willits 1 # s Nils i91 iikEiE 'i'lll:'.��i€!li€Eiltliil`6 lIEttRil1A1l1111 ilKAXIVAIi..11;.3x klililiil7lia.111!!1 • • • • m: • PPI�?t T'gpp]ta,ar ,'' lsa a (r(adttat which is t9s�t•W�A�I��tgF� kg Ua 4,*Wt ao vwNfiOOP*f cur t 1t tc s tad rn safld^ attm�as is�ql 4 d . • yr > IM lmd PdtMlrs s hig v a d<a mad quad tit rp is n rqu W is { t r 814+b9?"r tCktA"}trrathk'8s'r-V +fiex Typa A*�t i q�•�,M, W 'k: G �t�S!�1r�pL�.R 9��$�c rtpp�l9d'i3O�+4t° ft�lA. • '' 004,B r pwssa� "d meltR+w `p4 ;'ppp ka(3stt ,. 11kx ,ik 3�•h g 'r pr�alu� adt ead�� S ht Fats au� r.�•yrgc atRAkaR[wa.psi t �t ht 1pai➢ nprtwved • aw LL • 1x ;3�p�tgpa � ?[4ftif�wap<ietia�, oC°C? a +t�" wad!uag, m�taralpq {as. "' •:' *tara>ia • 1knr.�,.nea�mp�a a• • SR' C11x16SA4el fs1 CC � '. W(, apeafl;O xtoamncfidcd q6on 1"19$ Par Pdgpk?fese Tgpa 3 hanuad �in. •:,' aecvrdatwwidsAB k+the,a Nt to tBYetr49reaa;frllaws: . tu"P,G�GY R��uniitraca'dedt. �,. .. • Pimp gym° • R,Nw ahem (As ,a4aa. � srq y(AST 4 l x d9 1 'P ov) • Flo* otoa4t id Y*Vi*,.45 WO,40Q,(ASTAM D2669) 199 PC*.tn'a& • AspkWt,Comg'pt*j*c �4j Paas Riltrpuea Q'nlfterd � ... . Gt fa'Aaa • GcnsileAdhbaiate 324) 404%iolp. . Bdfo Haatiny+.7 n YjHpKc WY(2(r4"C) , lsacga Wr.`CWOO • AP OUCATION The unit weight of Cra4 P*1114la„" 04+t7 3 is Mo IW.por g0flow(l,14 lga,)at WIT(150 0"'u- .1�1�001 Io*•%0 uxcr • Sam tFwl and follow Avp kaftan Ingrtuctions rot t A,gq�lfod�4oad atk$oMPFlexn f arMog" ot:and MOO INW4 "UO2).'to ecrify ptopor vw4vot srilaatYon,lre+r{i1�ro�,44S!Oweat ompduatiop prercedaais,.volkation g"Mew, Off.� w t agg, • .apxet ptea. ti. tsMi G. .. of afar, • PsACKA t which wc foettacd Wo Shipp*wilts B"m eonteanw�,a,�,�r Alln, h A"iw rem�ua✓®wise pra ha{. h paket a to 7 .t gs :+laekaaU i to,gawa ut l3 6a xaa pvr,taycx. 7M t&f p ' t asr Q*h •. 4 dums,pat exgacFJ d>b 11ps 61RkR)an(lpa�tat weirs de nWW.'aaArKa4 ZffiI.b Pba.(131:tf( . PMI' mi of ptadwd,ate M1mtg'Ned arAA iMF1 is dpl�` JYte e$t. weight of perdgex Yrµdrrct 6az�y arc tnasrwpaglartd.6erar drsabl4 waN;;uaR b,Qm4 fxadha a iininfgiurti 1lNrP.t'^g feet eer4Cr tph gP7dQ+ki(14 1VJEm2) •' cad MSlud deer ra5eetel t adysaw®s, Buxea tAU gtdstui dg 4 Younipin aay At ea wo t aeUtd watt the hn pr rua¢nart$a,- tµrn • hpq r, wstnwfi taa. p from ttre Waaphpt M r ar,6*if duck plaRffC a waadrer aHdratgatNtg arswtapt mpg daxumWa ufhvi,�lapem of srk rruai�ur.p Died srrawh war. ®s�,44p.+r'4,18IW dmh the aar nurafier,Ipr eatpihai and aer�t ara rot+dad rwrh r�r8�aptrt ip'i wOePhor ri41t cncW .•,.: . W AgRANTY .CRAPCO. fife. wmanw that CRAB Let lock moet apphealde JyX'IK AASH D, FewW& a5 State vowf aial� qF filo of • ehrpmCtat. Teelmrque.W oardl fimr the prepermran a4 thF-e 9A i oiataprior w seWiAg or piling are 6eym d our wittraLm am the ugh,+muf Bgp,(aeattparntNYe • pysfi thahePoile,Cn{&n skaR not 6e rdsponwMe fvr tdfipr�y�a ied a(ausrosedprndae6i. Rcirr'edlFe ttdarasi Crafco,LNt,,as d i6.by�'rad'ro.aro (iratPodtu.replmtl+g aaMar�rmmg prndrrot ar reAuel(�nrPae�a'C purchase privc&sin.6As(ca;lde. AMI elai�far Iiteaeh aTtras ti�acenh:la.ust Ire. • n>ade within threaa(3)fbundW a;F td(edgCe of Cse ar thvi�(12)'tri,Md)8 G+om the i[ate of de(drat'y qy Cfaaaa.ice•w.F'1ehc�a re earlrtmt. "4&e'ra ahatl be mo oiftar wsrtNittfea'expreexd or isApf(e.1. Po'i.updrAuFlp per(gptlrupcq:(816ut+C5oterommendr(ianio(arpdadfpci ljWefalWilpv • vAaa,rnrw,mc,Aa uprmaeanw,t • • • • TECHNICAL DATA SHEET • ust Rev Dares(I6lp9 O64 • Flew a` , .. • bla*satil 4 n1119 so qo 77°I. . lk�q�4f�l��n't"�nApatCtMs nilA�cuntt�tl kl�eat�a�Ta717��t�re ..r°" Vt4n� Paar+t �6tk 6°F 4000 F 216"F • �d pltl 1slSco Maximatlrn 1 C ... . WW:OravtEy S 770 F • Dt3 oRef�x7��F tl calouT�'ted 1 17 s D�1' ........ ........ .... .Kftxirnwf VOO - ......... Wefdht Per Galion ..., • 77e0, 5oWntitt Darr 4 69pot sac Qalten,l adeulated • 20 0'.S lbs- •. tPoo tatalllti�rg6e* rot . ' • • - " nsq s**'*tteslwd; "Co'I y� 1 rh rkaPs to as c rn and!i • ,�. ht��n(��' � rtritgQ�9 rtrarxer alPtaa1Me tt >D:GtPCNt�tC bortrNrt®•atrarYdYHstica,lx@vaHse Wf it&I9r�A tStrgin • It *w loN r ;4ft ogor. • «'. � :i a lh tE1e1t aApdAlt clPtealtrb, pa�ePnenl tnaHeer s to aghA aonorete 8 iW • • .CI`G� Cf�gams in 336 pound bozos($ geilc l s� • NEW • v nt 5u40g�Sh ld ti 40, free frnrn ail kao rna"t. t, • • I 8XImt Dot' m iE Mould be ll"ed in a tempWAW.�y�O� mltrotl Bl aNp ur vOt t aoWon The 90PRoattan • t Wra I$appn m ely 3tlOF F Asp lY the marMir ilm"y alder d HM4-FIL %lOLff F 01 SNC t(.aDd Allow to oe of tdr arse 4wo4 a or n oxlaosure to tut. EIo rio aflln,w materral Eb Wx"460e F, MWOM • . As 4 pitaltic tcvrrs can be retrlPVad`ruvttl non-haarardous, btode$ratlable'd®anAra. tJae ovatieHess hand ol8aner an skill. • • • Henry Cmp9ny-2911"$18 w(venue,Hunthoon PAFK.CA 9=5 • 7eehnipl 3"imS iPho'x(899p49,6127d Fm:(972)494i965 Elnall;1eO4eMmghenry.wm . The Henry Company y Wthe parent'1:ampeny M 6aka,Me. . w -henry.00m • • • CMTIDNI ,baja a out etl dint Sunlight land np . (lf o w a" is not e we career with 4Ja not false • 1nt Opy. t ge'#*W V ri4 voo to Oa6+'td canf ,witwl Om�-I7 ' WS CA;LL 8'141ftl WMWAt'>$LY! In coo,of W.0�1',q*n wisle Id flush i Add With pIW1+ wettar at least 15 n4iltt"Os (;VT f4SD[CAL . A't'MO I�tintl �t+i slffalnmr�r d11 tus9d gprl(q in 8e 4.beaf, Y ,Orel F6ad800 1 g4r1a17Ans. For ereterior • usdOnly ttdot*v O&ONOFC1'llt FWOI • MOM • This OMOoat epn'tot z dgi$aVAab(O amounts of ehernloals known,4A the 8t&oof CjgOM6 to 40utt cancOr. bilPttl Osf61 As,or other • Op'tPLAW a 1; I`+'WA.a',copy,of''the till'r1:odall feq Qob"d*(t $),frO,M your$o}tiler or d'rO4Y from Hemy at the • fblr free rnlnar,Mbfia beCdw. • • ,the mAr4l 1�+4��n ��t �rrcpa 1���asl inn r: �d f!'airl • ;NV4*�II tp dO� 1 formsl, . of r�ln0 expr�+a+p� N + 1(�ding trot r s atwa,Che rns;wriftrdtaG,shalt or Idri er a(any;kind inc udin'g liaWlity for con'sequWA100 or incidentat d i2{Qo&resui�iln�frtl't+1any def st or any ys ce :Ud by repzisoeaaenr dr olhervvtse. • • • • • • • • • • • • • • • • • klenry;ComRny-291.1 9Imm Avau<,Hmtmgwh Pam,CA W295 Tephn"I prices-Phw ($M)-490.1'775 Fw;(877t-4e4.4U0 9ma4:tediaer Wl Qhenty mm . The Wemy Cumpmy Is IAe parem company of 9akm,In¢. . wµw.hanry.arm • • • • • j p WL � rasraol�w • C' 4a, P ltaav� a lgm6al1p11ed iw • 0 • sui.�cae 'diariue it to a HnnA". it t 9hor Aahoph sets ("a•uR A.* is� ; yo. 'k rain re))ikxp dM:un • 1d�o.o10ii1 �^sc Ptoc AP{�ic� i ' �r� ro +pgtldw)s e4?�th Premium 290,Wt,Lea1N PCs" 4ce,�v Fume a�yF�i�e �how 'r -d�1�MW�� �a , r�r dawn m 2�°F 6-'l°w�)• c �I '� �la tax rl�r • 4eA + Pwuaax mroae pgmq. saverol aaz Mara aai4Pr nark Ms Masea cm e. �'lyg recnmeuep�d+ tinallioa l�r Ftarclbte�yar�rd6�vC K"Iidi Weare'd om tie Wit?:MmaliY�gt • � �41Nr°F 4'"C?G497S�lam) 'tP • 2W09)tdli. �A�'P ) 23 tt1a74. 11 ern P�A' JQAB 16 t1t3)' 5omfrda. •. �` kidC�,liFa�fi?� 1Passat2A'1•(-7"G`) {tri w t 38tF�F o1vo • F�atdnjvoi 'tIdratos� �00'P(BQabC?. • TJ9d1,thTi d�! '11+t xvNig,t of Aut4pplM FkxtUo Ooker Adlmalve is 1,01 tbs. r°(I Z9'tq -)at 60T . HbNAKOW PWbk Marker A t malsad iw aPew deole Weller type Mokft in)k will+0;066a"Whwu A'y'stcm. 1 zor W uy6.dto 4aer,tfluaf kx*�' 'vo he lns tion IOyFi clloua foe FTobAypil6d vctuoaP � tl lws v 1 • soww'. h ..."",:I pXCp$u�acid Pos eduxpa.'.appfieatic}n Ptah ft f� aa,1d usage t 'Safcty proC*res • PAq(AOWQ Af t4O AVO.010 NO s AOW.AdhaAve is s�„iw sei'Rmloasc three eminpa IMt t H W 4ich anAwn . • roxhttAts�yi 33 Pounds f,1M.. f mar¢rtat. 7'M¢boxce are faa9 t"is�d um ouppie&vults woro w'l pz is.F d Pmtuds(762 • A4dlMM is sofa w tlra uo*100* WAR FOAM CIRPrFC41,flps. hhel CRAF 1 Pmduets meet Ap A9[M AA5�G7 l�derei or Ststc see¢ficat on at • the of*1lptrrent. Tecimisin¢s,tiSRai-rot e• atinu..ei d p+aekg Wid jaiah to acall er ti�{I are blomi our central as are the • use..and, licalioa nt oho pre-O>48s.; the"10 Crakes shall nor be iespt�tsw to, imProt fy.ep on misfiabd P+t&C's: 1 er*ka all so u,1hc,a9 aged iai by Cron,:mw tiutired tcx rwlaar o g prudaoc or suPEfa�6' patidal)of purchase exec • l'~ra eu;Ins. All•elaitas,lint aF:+7da tvamm�iy nanvt We blade u.daw.e3)months of lho dhtu 6E uses or twelrc 1 M mohdts gi%n the date.of delivery by Cpa�Cp tjme.'whi'tGcver is emiler.,There @hol be oo other wmmuics expmiod or implied. F0 optimum . p�Youtgce,:fi)IlowCrafoo.reeoma1011itImfbFproftgthtsis ?lioir'• . . • • • • • • .' , ftd�a4 .•fir • i"mil��. � tf��rr� a�� , • i .rs of ,O O d ate . ` • ip a'list ingl dtgl)ryaplaSdc + vw tova M• ��,ARo 00OW,#pwTv ly cased•and applied*jIds WO bfYAa. teteatbs av Ift$4ets to prerant boaaeo + � and at pavamdfa B �fit° It baxea aCo Babjcohdl to mdi9tRre,��Y mBy �� h. wort tar n,cidfoo h34kut AAWW Goa Up on aod:is ra4qulffa4 ip,pellet laeaaiug. Cd vrpe irt'�the lte�ct�oeeue.. • rosgly it Wriio in lts$than.5 pdkpuboi: to 4944 OBEs d 4plgNldanj� t�k�ry �tdultl l� ri d Cw Iraq ,1 A�! • Rad'sper{faeaPor , rwl r to ass 6 "at for PpfdcBplap 103ta�rity. 1 inc�ts�aidd bG sty d qn n Y �i c Llamrpp.Poveaaeat arppeker'Ad1+ ivd. VFhdgld tosithas;p4 dtuaa . 1lpodoct eaattidaQ cs • . .Bra tlgtwat Y pa' BtaY t1a,�aiprokdR, • CrAto MWkr Mhi +v sl ggld Oaf ifaeltad BW rn'dtm6 than aos*coliy 0o". 1to a bq r 1 data00 led t a he* traftAr irit ttt q 14c i eased! to, , k • �Ifl tld• > DbmO'ffatpp at'.:,,itnt'bF,• to il�for WELL it fa easaa". �l0 n o t for toutt�N�dae d 1 aB vaxnaadma in matatets wharla, saw 4 • e ,,h dgean a Oh l ma4n paw and . AH, 4W tell vV*40 Oie •. $�`k °P'(ISiQ"C 2l9"C�'7 fluc�apgti-, 1 fa ae.rosuhs,.use ntafidAai� pov d to he aware of the. at gsi",kat tad. �aUWACT/appda4atorto!ReltattdapP1YP t. . vhatUi* and R41y pceeautiena:: .1WW uav, dt®eta . c Bd and Utdorheendaduct and sa&iy,idatign ih pFu�ar6oz :.. as ve, :best and all sections of rife p uthfet matow safetx natu.Oxec this • pB.fgrmaa ,.pavemarat s drsrHrg�applivation is sheet wbi4 is supphod with earY shllam !t. the vevaariarRadeilfu be at lased 50pP (Mom): Ifta�kcrs',arc to tie charaateAules of lac pr cot as vyeMi atY -. • app*d 9a addler tempetratmrak Uac paw�itd�t sitm",of y be hesav*aad 0atfil'idas Ibr safe baadliag and we. alamtld, • $fit paced with an Open .4'atne or otligu apprdrad,method dtoott Ay.ftt'f, rsgAkOimaats' &' fiaa of adhesive at ut 'In'at?t ld ma4tev appii' On- :nfeMdtcd.Ituawaturm*we 2126F(1 ) • • - "'lttae paMeureat an ... .... [jL71 ^I'.' ,_, wltitb no ra or,re vetoes a>;G $'sell s4amrWl olBaa, ° a Sfie17.ean # •apphmd: :, ears fte ftoh stud', oil; dirt or othor ad, 'ri E` s aid ty. Air , Fn7/ , YdP expmsgr@ 4i9 Guu1+� May cuWaC weaQ?botto tr*t . • WWiEjM Ao blushing or .mWb(qlYtig-igAy be nxpvved. W ifritatimy 0s;6a,or bcudsaek,.hR o6ptigapl'eq:nattgflhndd k+ adieptie(ply.Ocoare the pavement iio`4 E: .be taken ttia m c©plset WA the hot tn4&ei i•_tivad dr avnid • inhakdoa =s for everyone ao tk vloinity of the woah.at i • AHP'I;,I'G"ekfL®!1'Q d�II.' ajju PiB 149WAlipNod lYaaffbte Sµfeti'd° precautions should mrdldw'' 1. ftle¢tive cloth &fat Ci d tegirc,s{iouId t( dte..puW�aers stttPam Ina prevent sk ra corilaek w[$a hat rttatcr a1. 2 Care when . . puddl'e rtmxara iy twa•tlt5kfs to Tl -&+artlh the Q' of block uEproduct to meltam to.reduce sploaft,- I. Gatehil . the i" tWlaaknts should, be ape to,tl B ivc opcjB n dad a ,trQ1 of wands or Pour pots wbkh arc Well,OD ' • inmidiately ifI thin 10 servM9') to as6aru 1 omd"thg. M*icers apply product 4. TrB9ic aqd^pedeshiaq eRnlhSl.meBanTes wh li. ,.s4" be pressed down to fbtm Ac #WWOW out beyond the meet Or excood heal regQ immeals to prevent accos to wetk. • Perim"of the mO&M and to tin*the d"m of thc:adhem a areas µ+trite pmducf is still in m Ms.a s. 3. Avd'rdBtim of botwata the peve*nt and the tnB m-, material. N aws. 6. 1!tVper a Iicafinn'Conftguralrnta with a � • I min om:amdaut or excesses of'awterbL I. r pprd H*Clem .. . APCd.LC:.a;WN Jan: Applicafioh life at applicadon up of.enot%tsive applications or pmd4d spilts. ... Wgpei'atlt*s is tpproralaWAy I m 15 hours in fatdiie( y heated . • type a{xelters Appfivatim life may be ext tj;py adding fresh AI'INL [ 'laµ AddlCimud infor�fion,•ts *A?,of adhesive as quantity iq the ke d :eases. Tlfc avail le pY ahnfgding' your utor or Crafro, Inc. This iu�e§iue should bra agitated while hair applteil.' 'Ae adhesive Wormotiot+includes 1) Product Bata.Sheets,2) Material Safbtyi only he nalwated to aWkWion tanperanam 606C.h*i the init hl Duty Sheets;3)Safety Mans , . • Iteat 'up. AddWonal rehashes of the uio*id miry result in .. • d'oilrad4on of properties.. When the appficatloa lad bas been exrx>eded, the adhesive will began to thkkm,tfeaatlte.°00nsy" . •' and may ew, 9cl. If this should oc", tlio.adhesive sboald humsdWWYbo:removed fromdtc ketdo and.d"ed. • CLW OW: If the equ4c tan be"used is a tygc tbot - . . . . &gums clean out of pumps and pluathiag,, folhtw the . ramifixturws clean out pnacedum instriicNtins. ff solvent is .usad for clean out,insure that the solvord does um"laminate • *01esfve bcpattsc adhesive dilution and,fliash problems.,may ocean