Loading...
HomeMy WebLinkAbout05943 - HARDY & HARPER 2008/09 AND 2009/10 ANNUAL ASPHALT OVERLAY CP 08-28 CITY OF PALM SPRINGS RECEIVED CALIFORNIA CITY OF PALM SPRIN15 " P.O. Box 2743, Palm Springs, California 92263,(760)323-8253 ZII I APR -5 AN I1= 46 Department of Public Works and Engineering DAMES CLERKTHOMPSON CLERK CITY NOTICE OF ACTION FOR: ■ PUBLIC AND/OR ❑ PRIVATE IMPROVEMENTS TO: Hardv and Harper ACCEPTANCE DATE:08/11/10 1312 E.Warner Ave. PROJECT: 08-28 Santa Ana Ca.92705 AGREEMENT NO. 5943 MINUTE ORDER NO. NA This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing L.F. Curbing L.F. Street Paving 1,571,036 S.F. Street Paving S.F. Sidewalks S.F. Sidewalks S.F. Driveway Approaches S.F. Driveway Approaches S.F, Bike Paths S.F. Bike Paths S.F. Sewer Mains L.F. Sewer Mains LF. Sewer Laterals L.F. Sewer Laterals L.F. Sewer Manholes 91 EA. Sewer Manholes EA. Stone Drains L.F. Storm Drains L.F. Survey Monument 36 EA. Survey Monuments EA. Lighting/Landscaping L.S. Location: Indian Canyon. Racquet Club and various local streets C.P.S. Drawing No(s). Permit No.43114-767 Contractor(s)actually doing the work Notify your bonding company/bank to release the following bonds: No. 0495313 in the amount of $_$1,234,000.00 Perfomrance X 01 g� iD No. 0495313 in the amount of $ $1,234,000.00 Payment X �jj7 No. in the amount of $ Monuments No. in the amount of $ Maintenance Seauity No. in the amount of $ Correction&Repak Construction bond in the amount of $ for Engineer: CITY ENGINEER Bond Co./Bank: International Fidelity Insurance Co. Comments: FINAL CONTRACT AMOUNT:$ 1.819.389.40 Submitted by: IC-7_ Dated: 9-?P- f- Senior Public W�pector Approved by: !�� Dated: Director of Public Works/City Engineer Distribution: Original to Engineering Project File; Copies to Addressee, City Clerk, Engineering File, Engineering Field Supervisor, Building, and Facilities Index No. 10-08 DOCUMENT TRACKING Page:1 Report: one Document Detail September 7,2010 Condition: Document Number a5943, Document# Description Approval Date Expiration Date Closed Date 45943 FY 2008-09 and 2009.10 Asphalt Overlay CP 08-28 03/03/2010 03103/2011 company Name: Hardy& Harper, Inc. address: Mr.Steve Kirschner,Vice President, 1312 E Warner Avenue,Santa Ana,CA 92705 ,ontact: Mr.Kirschner group: ENGINEERING Contract Amt. Total Paid Balance iervice: In File $1,801,648.50 $1,801,648.50 ;Ref: Marcus Fuller (760)323-8260 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 08/18/2010 kdh Council approved 5A 03/0312010 $1,234,000.00 kdh CO I Council approved 4A,$550,000. 03117/2010 kdh to CM for sig distrib to CAM IN FILE 03/28/2010 03/23/2010 kdh CO 2 ret to Carrie R 06/16/2010 kdh CO 1 to CM for sig 04/19/2010 $521,880.00 kdh CO 1 distrib to Carrie IN FILE 04120/2010 kdh CO 2 Council approved 2J 05/05/2010 $45,768.50 kdh CO 2 ret to Eng-need Dave B's sig 05/17/2010 kdh 2010-0401468 08/24/2010 ****ENDOFREPORT****** 0� �kk CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Hardy&Harper Date: August 25,2010 1312 F.Wamer Ave. Project No.: 08.28 Santa Ana,Ca.92705 Project: 2008/2009&2009/20010 Overlay Change Order No.: Three (3) Contract Purchase No.: 10-0622 Account Numbers: 134.4498.50225 &50278 420.6800.43240 133.4298.50225 &50276 Agreement No.: 5943 CHANGES IN WORK/COST Bid Schedule A Item No. Item 3 Cold Mill AC +1,456 @ $.15 SF +$218.40 Item 6 Adjust Manhole - 11 @ $393.00 EA - $4,323.00 Item 7 Adjust Water Valve + 14 @$414.00 EA +$5,796.00 Item 8 Adjust Monument - 3 @ $373.00 EA -$ 1,119.00 Item 9 Type E Loop - 10 @$233.00 EA - $ 2,330.00 Total Decrease Amount -$1757.60 Bid Schedule B Item No. Item 3 Cold Mill AC - 3,010 @ $.15 SF -$451.50 Item 4 Pavement Fabric +3,747 @ $.26 SF +$974.22 Item 5 1.5" AC Overlay +3,747 @ $.66 SF +$2,473.02 Item 6 Adjust Manhole + 1 @ $393.00 EA +$393.00 Item 7 Adjust Water Valve +7 @ $414.00 EA +$2,898.00 Item 8 Adjust Monument + 5 @ $373.00 EA +$1,865.00 Total Increase Amount $8,151.74 Bid Schedule C Item No. Item 3 Cold Mill AC +784 (,�, $.15 SF +$117.60 Total Increase Amount $117.60 Bid Schedule D Item No. Item 3 Cold Mill AC +64 @ $.15 SF +$9.60 Item 4 Pavement Fabric +2,000 @ $.26 SF +$520.00 Item 5 1.5" AC Overlay +2,000 @ $.66 SF +$1,320.00 Item 7 Adjust Monument -1 @ $373.00 EA -$373.00 Total Increase Amount $1,476.60 1 r Bid Schedule E Item No. Item 3 Cold Mill AC +8,772 @ $.15 SF +$1,315.80 Item 4 Pavement Fabric +8,391 @ $.26 SF +$2,181.66 Item 5 1.5"AC overlay +8,391 @ $.66 SF +$5,538.06 Item 6 Adjust Manhole -8 @ $393.00 EA -$3,144.00 Item 7 Adjust Water Valve -14 @ $414.00 EA -$5,796.00 Item 8 Adjust Monument +13 @ $373.00 +$4,849.00 Total Increase Amount $4,944.52 Change Order#1 Item No. Item C. Cold Mill AC +21,299 @ $.15 SF +$3,194.85 Item D. Pavement Fabric +299 @ $.26 SF +$77.74 Item E. 1.5"AC Overlay +299 @ $.66 SF +$197.34 Item F Adjust Manhole +5 @ $393.00 EA +$1.965.00 Item G Adjust Water Valve -8 @ $414.00 EA -$3,31.2.00 Item H Adjust Monument +2 @ $373.00 EA +$746.00 Total Increase Amount $2,868.93 Change Order#3 Item No. New Item Striping Removal Lump Sum $1,939.14 Total Change Order#3 Increase Amount $17,740.93 REASONS FOR CHANGES: This is a final balancing change order.Increases and decreases indicated above are due to the actual quantities required to complete the work being more or less than the original estimate. Note: No additional mark ups will be added to any item on this Change Order. z r �Z SOURCE OF FUNDS The fallowing account will be utilized: 134-4498-50278 _ $ 1,476.60 134-4498-50225 - $16,264.60 Summary of Costs Contract Time Original Contract Amount: $1,234,000.00 Original Completion Date: July 10,2010 This Change Order: $17,740.93 Days Added for this C.C.O. ---0^- Previous Change Order(s): $567,648.50 Previous Days Added:-24- Revised Contract Amount: $1,819,389.40 Revised Completion Date: August 18,2010 I have received a copy of this.Change City Approval: Order and the above.AGREED PRICES are acceptable to the contractor. Submitted by Date Senior Public Works Inspector - Approved by Date J Contr tor:Hardy and blarper City-Engin Date G ^�'i� Approved by . Date ' o Q City- snag Attested by....., . � �..��.� ... --••...�, -` iry Clerk Distribution: Qri&@!Executed Copies Conformed.File Copy Contractor (0 Engineering Pile (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CITY COUNCIL 3 DOC # 2010-0401468 08/24/2010 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder Recording 1E1 1E1 IN 11111111111111111 I11 11111 Requested by and After Recording __..---------_-. Return to: S R U PAGE SIZE DA MISC LONG RFD COPY City Clerk City of Palm Springs M A L 465 426 PCOR NCOR SMF CH EXAM Box 2743 uC��-7", ,- T: CTY U N I Pursuant to Government Code Section 6103,this document is bring recorded as a benefit to the City of Palm Springs and recording fees shall not NOTICE OF COMPLETION C NOTICE IS HEREBY given that: 804 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 11th day of August, 2010. V. The name of the contractor(if named)for such work of improvement was: Hardy and Harper 1312 E. Warner Ave. Santa Ana Ca.92705. 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: 2008/2009&2009/2010 Annual Overlay Project,City Project No.08-28. VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Indian Canyon Dr., Racquet Club Rd., East Palm Canyon and various local streets. IX. City Project No.08-28,Agreement Number: 5943, Minute Order No. NA CITY OF PALM SPRINGS: BY: DATED:�I Senior Public Works Inspector Michael Lytar4F' J BY: � ---- DATED: 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. ;j'C�Ierk -James Thompson Index No. 08-10 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Hardy & Harper, Inc. Date: April 26, 2010 1312 E. Warner Ave. Project No: 08-28 Santa Ana, CA 92705 Project: 2008/2009 & 2009/2010 Overlay Tel: (714) 444-1851 Fax: (714) 444-2801 Change Order No: 2 Purchase Order Attn: Mike Amundson Account 133-4298-50225, 133-4298-50276 134-4498-50225, 134-4498-50278 420-6800-43240 Agreement No: 5943 CHANGES IN WORK: The following street is being added to the project: 1) East Palm Canyon (North side, Farrell Dr. to Cerittos Dr.) New Item 2) Removal and replacement of asphalt paving at Waste Water Treatment Plant CHANGES IN COST: Increase in Bid Item Quantity at Bid Item Price: Bid Item CCO#2 A. Mobilization — Lump Sum @ $500.00 Bid Item CCO#2 B: Traffic Control — Lump Sum @ $1,750.00 Bid Item CCO#2 C: Cold Mill Existing A.C. Pavement— 9,120 SF @ $0.15 /SF = $1,368.00 Bid Item CCO#2 D: Install Pavement Reinforcing Fabric—34,196 SF @ $0.26 / SF = $8,890.70 Bid Item CCO#2 E: Construct 1 Y2'A.C. Overlay—34,195 SF @ $0.66/ SF = $22,568.70 Bid Item CCO#2 R Adjust Water Valve to Grade— 2 EA @ $414 / EA = $828.00 Bid Item CCO#2 G: Traffic Striping and Markings—Time and Materials Estimate @ $2,000.00 Bid Item CCO#2 H: R/R AC Paving- Lump Sum @ $7,863.10 Total Change in Cost: $46,768.60 SOURCE OF FUNDS: Funds for Items A thru G are available in the following.account: 134-4498-50278 ($37,905.40) Funds for item H are available in the following account: 420-6800-43240 ($7,863.10) REASONS FOR CHANGE: Items A thru G: East Palm Canyon, North side from Farrell Dr. to Cerritos Dr. is being deleted from the slurry seal project and added to the overlay project due to the poor condition of the asphalt pavement. Item G. The amount shown above for this item is an estimate. Actual time and materials required to complete the work will be determined in the field. Item H: Selected paved areas of the Waste Water Treatment Plant are being removed and replaced due to poor condition, Contract Change Order No. 2 City Project#08-28. 2008/2009 & 2009/2010 Annual Asphalt Overlay Page 2 of 2 SUMMARY OF COSTS: Original Contract Amount: $1,234,000-00 Original Completion July 10, 2010 This Change Order: $ 45,768.50 Days Added for this —4-- Previous Change Order(s). $ 521,880.00 Previous Days Added: —20 Revised Contract Amount: $1,801,648.50 Revised Completion August 18, 2010 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Contractor Approval: Signatures Date Printed Name and Title City Approval: Submitted By: 'j�- 22- is Senior Public Works Inspector Date Approved By: Director of Public Works/City Engineer Date Approved By: City Manager Date Attest By: City Clerk Date Distribution: Original Conformed Copy: Conformed - File Cooy: Contractor (1) Engineering Pay File (1) APPROVED By CITY COUNCIL City Clerk (1) Resident Engineer (1) Procurement (1) LD � Finance (1) r CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Hardy& Harper, Inc. Date: March 17, 2010 1312 E.Warner Ave. Project No: 08-28 Santa Ana, CA 92705 Project: 2008/2009&2009/2010 Overlay Tel:(714)444-1851 Fax:(714)444-2801 Change Order No: 1 Purchase Order Pending Attn: Mike Amundson Account 134-4498-50225 Agreement No: 5943 CHANGES IN WORK: The following streets are being added to the project: 1)Calle El Segundo (Tahquitz Canyon Way to Amado Road) 2)Avenida Caballeros(Tamarisk Road to Tachevah Drive) 3)Avenida Palos Verdes(Via Eytel to Tamarisk Road) 4)Via Eytel (Avenida Palmas to Avenida Palos Verdes) 5) Merito Place(Mission Road to Patencio Road) 6) Camino Del Corto (Verada Sur to Via Lola) 7) Camino Centro(N.Via Las Palmas to S- Via Las Palmas) 8)Via Las Palmas (Via Monte Vista to N/S Via Las Palmas) 9) Regal Drive (Rose Avenue to Via Monte Vista) 10) Palo Verde Avenue(S. Palm Canyon Dr.to Ocotillo Avenue) 11) Palm Tree Drive(Sagebrush Road—north end to Sagebrush Road—south end) 12) Ocotillo Avenue(S. Palm Canyon Dr. to Camino Real) CHANGES IN COST: Increase in Bid Item Quantity at Bid Item Price: Bid Item CCO#1 A: Mobilization—Lump Sum @ $10,500 Bid Item CCO#1 B: Traffic Control--Lump Sum @$25,000 Bid Item CCO#1 C: Cold Mill Existing A.C. Pavement—96,000 SF @$0,15/SF= $14,400 Bid Item CCO#1 D: Install Pavement Reinforcing Fabric—450,000 SF @$0,26/SF=$117,000 Bid Item CCO#1 E: Construct I%"A-C_ Overlay—450,000 SF @ $0.66/SF= $297,000 Bid Item CCO#1 F:Adjust Sewer Manhole to Grade—34 EA @$393/EA= $13,362 Bid Item CCO#1 G:Adjust Water valve to Grade—48 EA @$414/EA= $19,872 Bid Item CCO#1 H:Adjust Monument Frame&Collar to Grade—2 EA @ $373! EA=$746 Bid Item CCO#1 1: Traffic Striping and Markings—Lump Sum @ $24,000 Total Change in Cost: $521,880 SOURCE OF FUNDS: Funds are available in the following account: 134-4498-50225 REASONS FOR CHANGE: Additional streets being added to this project. k Contract Change Order No. 1 City Project#08-28, 2008/2009 & 2009/2010 Annual Asphalt Overlay Page 2 of 2 SUMMARY OF COSTS- Original Contract Amount: $1,234,000 00 Original Completion To be determined This Change Order: S 521,880 00 Days Added for this -20— Previous Change Order(s): 5 0 00 Previous Days Added: —0— Revised Contract Amount: $1,755,880.00 Revised Completion To be determined I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Contractor Aooroval: � �_7 /� Signature Date Printed Name and Title City Aooroval; Submitted By: Senior Public W sIor/ksInsspector Date Approved By: � 1- /7 / Director of Public Works/City Engineer ci Date Approved By: �� City Mana er Da e - - Attest By: City Clerk Date Distribution, Onoinal Conformed Coov; Conformed-File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) Resident Engineer (1) Procurement (1) Finance (1) Y' - esS 'Afrittan APPROVED By CrN CCf 1NCIL L, flee City AGREEMENT THIS AGREEMENT made this day of in the year 2010, 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 Hardy & Harper, Inc., a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 The Work is generally described as follows: Cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of pavement reinforcing fabric; construction of 1'/2 inch asphalt concrete overlay; installation of new Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in Palm Springs. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $6,750.00 for each calendar day that expires after the time specified in Article 2, herein. 2008/20G9&2009/2010 ANNUAL ASPHALT OVERLAY AGREEMENT FORM CITY PROJECT NO.08-28 AGREEMENT AND BONDS-PAGE 1 February 1,2010 ARTICLE 3 -- CONTRACT PRICE Bid Schedules A— E; $1,234,000.00 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 01 to 01, inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 2008/2009 2 2009/2010 ANNUAL ASPHALT OVERLAYCITY AGREEMENT FORM February 1,2010 PROJECT N0.08-28 AGREEMENT AND BONDS-PAGE 2 February IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY THE CITY COUNCIL: ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Date By Agreement No. City Clerk APPROVED AS TO FORM: Q APPROVED 5)'CITYCOUNCIL By / X City Attorn h_�J t �C� 1��d / ey Date 3 I 0 • CONTENTS APPROVED: By City Engineer Date r_ City mawjffeFF Date (�✓'0� 2008/2009&200912010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 AGREEMENT FORM February 1 2010 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature mu% be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Hardy&Harper, Inc. Check one:_Individual_Partnership X Corporation Address: 1312 ZSW arner Ave. Sa a A I a CA 92705 '1 �I By: By: Signature (notarized) Signature (notarized) Name:Steve Kirschner Name: Kristen S Paulino Title: Vice President Title: Corpoate Secretary (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of State of County of Lss County of I ss 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(les), 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: 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 AGREEMENT FORM February 1,2010 AGREEMENT AND 90NDS-PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT vr��M.�rh:v.�rrev=:r,�*e,F:r�rric+z�.c�e�.���e.��.�r.�,norakergs,�-�.v-�^,er,�:r-<:r.�-.�,E�e.�!::-•r.,.�- -. .—^�re State of California 1 County of Orange ll} March 9, 2020 Jo-Ann Lyons, Notary Public On before me, Dd'. H arc mean Name and Tllo of Iho Officer Steve Kirschner personally appeared Kristen S. PaulinoNamal:I of signertel who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within Instrument and acknowledged to me that he/Oe/they executed the same in fHs/Wr/their authorized capaclty(ies), and that by III/ter/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. .,•, . Jq-ANN L� ypNS If '., comM.nisstsz9 I certify under PENALTY OF PERJURY under the laws rvot ry Public•caliro m 4 of the State of California that the foregoing paragraph is 'M1"PI++1 - OR(\NGE CPt1 NTY My Comm FaVlrec Apr 1T 21)79 ( true and correct. WITNESS y nd and o ial seal. Signature Place Notary Seal Above Signature of Notary Publ OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of thus form to another document. Description of Attached Document Title or Type of Document: Agreement Document Date: March 9, 2010 Number of Pages: 4 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Steve Kirschner Kristen S.Pauhno Signets Name: SlgnoYs Name: ❑ Individual ❑ Individual ffS Corporate Officer —Title(s)• vice President XI Corporate Officer—_p,�ms5ecretary ❑ Partner—❑ Limited ❑ General _ ❑ Partner—EI Limited ❑�lGeneral ❑ Attorney in Fact - ❑Attorney in Fact ❑ Trustee Tap of Mu here ❑Trustee Tap of[hum6 here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: I,J Other: Signer Is Representing: Signer Is Representing Hardy&Harper, Inc. Hardyerper, nc. Q200]Nmional Notary Association-9350 De Soto Am•,PO Box 2902-CnaLvvonh,CA 91313-2502-wwWNationolNotaryorg I[annV5901 Reottler.Call Toll•Frw 1+700.e]8-652] 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 TO: 2. NAME OF GENERAL CONTRACTOR 3 CONTRACTOR'S LICENSE NO Hardy& Harper 215952 4 MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5 CITY 1312 E. Warner Avenue Santa Ana 6. ZIP CODE 7. TELEPHONE NUMBER 92705 714-444-1851 8, ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) City of Palm Springs 9, CONTRACT OR PROJECT NUMBER 10 DOLLAR AMOUNT OF CONTRACT AWARD CP 08-28 s $1,234,000.00 11 STARTING DATE(ESTIMATED OR ACTUAL) 12 COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 05 / 03 / 2010 WSE NUMBERS) 07 / 12 12010 / USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL, HOSPITAL,ETC) 14. Asphalt concrete overlay various city streets = NEW CONSTRUCTION ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Paving Striping Sand/gravel haulers general laborers 16 Is language Included in the Contract Award to effectuate the provision of section O Yes No 1777.5.as required by the Labor Code?................................................................ X Is language included in the Contract Award to effectuate the provisions of Section Yes No 1776,as required by the Labor Code?.................................................................. 17. SIGNAT�UE/ 18. TITLE 19. DATE i L Manager 03/22/2010 20. PRINTED OR TY ED E 21. TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement& Contracting 760-322-8368 Duplication of this form is permissible DAS 13(rev.5/01) 20 d4D]320.RQUR LNNUALASPWSF O'lERL0.V CRY PROJECT•.I. ilitiloo V]LY Mid 5r3ntluleA SI-W USA C i•i K'esl Calhmn pyl..d Con['.ructlon Co.lne NaM1M1Cc lad HaN SHa ..slncl T.nd y pe6lnc Grs:ili Ce,L•uJ.�a�Co Ip RE DESCPIPTON JA -UoT uNR PNCE TOTAL VNR FRILE TOTAL JWT F:JC_ TOTAL VNRPAICE TOTAL UNIT PRICE SOTAL 1 Ro .)wi 1 LS 5"cs.CWDO r2£DD1D K1.7010 $21 iLtlLU YO[Ol p] 55].p:O[U SI6r_OLD SI6W3.Ds SSp]]p] SSr0060 2 icF Co-¢d LS SlUTANO SI 011.0: S+GFD}OS S+G rCD➢0 512]D�W 5122Vx0 !?DUCO $]JA1D' 9,Wa D] $IFDDW 3 yb Vd Ess¢ AC Pa.c-d 4,4A S= S]10 51 a➢[-] on-- 1 54p G6'J OD S]la' :31W 10 TIR, 5/9-J]D:1 $p.'A 510512pp < :_M]F.E:erd Wnfoa- Fdn- ]AI.Ow `-" 5132 5115.Sd CU] wn W471111 SV3 1101 D'AL(I 5 fl ] 5936iOW] 50.]0 513I,IB103 5 1]Cou:u11Y.'AL Q,, ]mI.OD]] EF Y.12 52EU000 !'].61 524546]L-0 `.D.B] 52168'ALO S]ES c1iL2A<-] $O.i6 j 5211.]Bi.D] fi flc=_I vn-r A3�fd?'n Gm3- 15 FA 51larG $106i5 CU Srt15 LU 5141]500 5575 r0 ] 51]125L➢ 5.+'l.W SSBo.[0 5fi5')D] ] SvDm 3 K14'.Y•1 Va`.e la GrY Gfi E0. 5`cpLV $urOLU 52d5W $]61110] $3i5 rGl ] $107=U1q £<1AO1 510 BAI0 :SD14] ] !23pD10p p 1--fond F.--rtl Call W Gala 12 E0. 5425LD "imi.1 Dman D,,ol, ] S9i5L(I 1 f $1p4Alq o. 10 !G aOLY] $Q1.W $3]51 D1 $ O $..rya..C1O 5 $i 2 9 Ts 1713: ti 1.% Show 520tl S]5100] 5MC0 535).w SSI:Rw TnR[ 51]291.Oa $13 LJ Op 51 i.32plil SV321D] SP.BA{O $tgCW WJ SH.CtC;O] wuirol Sl.Sr460 TOTAL fG5Gp95➢Y TOTR EG6",. TOTAL W.30 W TOTAL TOTAL SC10,I[6.60 Gt9E,0'Q.p� 6,11i0zdule111 SY rs1a USA L-IWCl, llamla IDIl!ani Cenon-dn.n Cm lnm Natlen Co Lon N pislrsl Pore Nyi WNl- DITC14G2nle Lolls'n.11on Cn OITE DESCAIFTGY A UNIT UNIPICE TOTAL llNRIAICE TWA, UITZ MEAL VNPTPRKECldTF2ILE TMAI 152£OD]W $'+SLN.Dn 51G6"U CO] $1e B OCC SY'.. 1b001B] 511CD1p] ] .fS9mm S..,CrD T1T1a 'Im1 1 LS $I 93.0' sRG-,a ] 512D•A. $1 p-p.Cd 5£1COLD WDaD] 56W?. . 57`4006 Si`i DCU3 Td56•]Cm AG Pat+art 626"U SF !O SI 5125mI S019 s116>GC-] 5056 1:4p16[O 5Q15 . W52 5'1Y2rD d 11.1 PCEmnI P.nt Fen[ 1-fiIO] SF <032] 59DKA. 5017 So'd.I WIli s6semml SanW 5 ]9 5113.250LD 5 m'n1 X'ACO1a 2109-0] SF Sp R! eµ5`➢x0 SO. 5moiOcd SOLO 51] B.0.[U] NnDa $]T6 $2 SGO6 �r •O15-.s rMna-InCrda ] I9 { FA 5ie5CUi 51 T5,.CO1Dos. 5+i93L0 E5i51p 51'Ghm! S]3pnD] HDa" $12 -DLT ]1�s1.1 r1',_1.0 d- 21 EA 55`Or0 5115 ow sms C-0 $+OJ25r➢ WSW $Ia]Ia.lq 591C.WU, XDIOO $10.W]➢0 l Frm a-tl Ce la On G�'a'a 1 S E.: 5!'e5L0 S1,5. 5;006D 5:[OLYI WEDO SerW 53i1.D] . !Epnp] Yp]➢p eEDC.slor T EA "r0 51l-Aml $NI W 51 A]LD 525002 515ip.[U 52.10: 51631.D• Slp]p] S21D][O '0 Tnpc 9no ma Mal:rvY 1 L9 51G`Woo $1G YO{O s1lFpTo 51 G40Dp S.[O]W SWDO{D $1?0,M 5126O.W 535Da D] $3cp]➢0 TGTAL SCW,569A0 TOTAL SFp,]21A0 TOTAL 1]61,ID1 10 iDTAS p35,515.W TOTAL y,19,i8m. ..dS -.•auI.0 51�.-°ka 115A GvilYHSIL•IRo naa WleNna CD".sWtlzrtLn In[ MrficM1CaR<.•sn HadydH yci l.c GranldC I,n -Lo D 1n.I ID UTA FSC-D9 V UNIT UNIT PRICE TOTAL L'4R PRICE TOTAL V4R PRICE TOTAL VM1[T FACE TOTAL uNIi PACE RI TAL t IA:hT xa[n'. 1 IS SISD'.W 5•�1D] $4]GD]D] 11]Gp1 D5 Sp ]Di !d DW LO 511 ANTCU SI1 D"D[G 5 DB].On 55➢D]W 2 Tri,=cd, l IS SIE,p] 52.DOa. $37DIM) mow,537D1p i S:D]LD 55[W{U 51 D"A[O 5 SIN MI S1716 p3 ] Ud]MIErm[m0.0 Pds�n 33D] SF M5] 51 ]D] 592a 52N.D• W� 1 $526IYv s015 535{0 W4 $I TI600 4 Irdal Pa:-my�IPenln-rcFatrc 122]3 EF 51.6 152]D�.p] p`ZJ S 2�LB, y1P21 51415 D] SO+L 13 R2{0 rO.il $i.fi»D] U SDu]IY.'AC O.xT 12.A EF !D.72 S.I.p] 51.01 sizmn: lo.1 411.TO SAES !dfc2[GI Sp.Pd] 53.51dp? 6 Mnal Yl.l e-VJ.xWG'a'e EA sw Dn 5-51. $T63W ST65�' Sm. 5_TSD] StIG[D $IIaLD $5]O rCS $$W.D] T T=l,IN I,ma 4l'a'Ir gs i5 $,.5„D] SI W]Da 51.3500• 1 51.3i D` $LSDTAL SI EO➢p] 55 TOTAL SaCOOLU SL5TC I%3:O.D] TOTAL 126,G6G.0] TOTAL SSg65].WI TOTAL fEl,l]9AY TOTAL R9,1]3A0 TOSAG 53y36100 pie 5[M1eilaD Slan•U URA CnJ W&-t CaRcrnlx Dd,lan]Congrv[lion[o lnc kalni.Co DD_`nc: ponllon Partly A Pa U,r.Inc Lnn11e C.nd n,-...C¢ F174 DE RIPPON u0..YF1 UCrt UhTTFAICE TOTAL UN6 PRICE T.T L uNRPNCE TDTRL VNRPRKE TOTAL JhTFAICE TOTAL 1 S SI YDLO 51.5'ON SITUSLO 517615 WI 51 DALD sl3. a 511"aw $,[Ld. $JF O. kD4CL 2 TrRCGnlif 1 LS S][•10LU S3D000 196:OLU •fi DDCUI 5}e5L0 $Tb DJ $I.W]D] SI CO10p VDCoOn 3 Cddl.11 Ech AL Pa-i E 11.UUT S.19 43-DCOI 5039 S3m.1 SO'.6 ill ola : 5115 SI.TN NO STE2 %IRG{O < ImlJ ys^.al Rxs fo'o Y6v. 56,:00 EF $p22 512.zDRLQl $p3T SIT m.IW 5020 SIR'.. Dan 59C55D] Sp]6 $145 Sr0 5 C6d�ur11Y.'AC D.�11a ]6.11] EF 5372 $2l 5lfiLDl S0P6 S: = S.Sp 52961.00] 5066 5"+sw] . $070 SAO?i CU .:tl =Il'laarYa`.e 4a Grb 3 EA k59 W 511CD rp, Si65 W 5151pLD E5i5 W $1 TSn,D1] 5511 D� 532•D� $Mp0 SI fiD.CU dtl =I:'aum=.dPrxartl Ca]aloGde 1 F.l M250 $2fi.l D] DDT,. $675 On "Ie.A 5323D3 S3.., FO]Op $D3O[0 S inRC Elrx< xn]I.IaAnS 1 L5 ] 5110]W 5110pLYl 515p"51`p00 51.5+D]p 3]<Pm S32L0<4 TOTAL f19,1171. TOTAL wxF .0 TOTAL 45%4f !A TOTAL 551AR01 TOTAL SW,6.O.W SYzrska W T[rvil Y.'zn CalRoma RItlS"-tluleE Dal¢Nntl CoasWC4n Co.R.c. M�`cM1 CcrPa�saa IIaN pslnl y 6 Na:per,lnc Orn�-Can=yuglon Co IDITE OESCMET., TA.UTA UNIT UNRPR'CE TOTAL uM1R PRICE TOTAL UFTTPRICE TOTAL U'UTECCE TOTAL -NIT PRICE TOTAL .'.•°hia.`m 4 IS 51.DYS D] 51[01W 510501D? 51910]00 $`mA.,P, 56�.30L0 $tE.D"ACO 51n0.tl.W 5560]0o 55[03➢0] 2 Trm.-Canc�l 1 IS 52]W].Da SIDFO]0.] sllEaaD] EII W300 56.. !•DOxO Si D.0[U 90.y1D• 55L0}0] 55 O8 C0 3 SA']@sir A4 F3sert.m I:D,Ctl SF $py £2e CD]p'J 5]I9 522Ep?p] D116 SE,'. SU151 Sm.DA.m 5136 515 mcu G 1510P-m nl RCWC-To- 3+8[CO SF _ %y 5111]6�03 y12] 593L5]p"' 920 $'RR:pLD 503p] 5+";e- 5 W AC 0.�a 31 p,C0] SFC,5 1 A[O S]36 $I]22epLb !0]2 SEWED�D] $n]4 5263 EA;D] 5nD• 52..1.MILD $O rGf !$2"i6➢.f➢] %]]fi $3L G61 CD fi !1�t15-.i M11 rho!d.C2aa 3I EV 5I211 5]'oR25p] 591£D3 $3496i09 WiS. sa'$375I0 5.,U! SIG.I TI !65\O] SIC Fv]➢0 ] VKar,I N'el+S'd._IOG�e 35 FA SSW.W SW35]p? S165D' S22 C]S p] DI Dn S.v F. Si19C0I S14.1,0.1 b lD] 5+3-D3➢0 0 II�sIRYnm-nl Frartl Ula Y.Gri G FA $zu W1j 517p�D] <Gp]D3 515D]0] 163oD• 5]SpLO s]7]LO 5+<s'.00! r6W,:3 52 GD]LYI 9 Tnlr[s. mca6m5n 1 Ls st ho Ca! $aiM U1 s£1n]o] s I9•.D] ....a. stI CD Lo sll S9l LGl ST. �1 COI s1.sala 51Fp]LD roll $GaSJI a.p3 TOTAL 5453=1raU TOTAL SCF],2Gp V0 TOTAL SGW,S^L.CO TOTAL jig;XDN0 GRAADTDTAL S1F>-7WOO CTA-KOTOTAL $1,315352.O0 CNAU: TW0.L SIP9•,911/d GRAND TdFPL 51]34,0[•].P] GR:lA TOTAL j1,G>3}E6.0 2 4420'1 s20ffl .10 ANHUAL 25PHALrOVE UY CM PP.rcr 0•1. elD suaw.Rr E=55101u1A Coolr/Lon=•mclnn,lna { Pr=da�]Son Panng,In Naertl Ccnz'.mdnn Co Yann Ccrymlle+ IDITE OP.R"nou ]ANf UM VHRRILCE TOTAL r VNIFPa10E TOTAL U 1. lffi c 1011E VNRr.CE iWll 1 45 Irn 1 LS 516,5`5r0 51 6»IO Sf.YOfA St tl1p] £450D?Du 52SD'A.] 529.,6ALU Y0.O b 2 1rwRCCmI'tl 1 LS £9.M. ggggg0 510.CN00 5140D]V] SI1,Op]M SIf D0.r0I S1.DU'A !3D'AM 3 f d! EMI n,T RG Par. 1 I2.4m SE 5125 SIS INL4 5 Ia 543PAD] 5017 ! g3.00 S]15 Si IdpW 4 f1mvl Pamvo l Pe.-fucno F..: MILDW C Wn 5119LTWAT W2i 59T AID• Sold S..Ca E12] Sft4M 5 ConO.,IW hC O,eTr ]61,VA IF SD.61 Sa20,20M -.O a 5+a,"D• SO.A 32i9 W1L0 PL14 Si2➢D]6 G Mtl lSnr.".'art-#e AO--la 15 M $AOto !gyA Cp S tlM 513. 5-5]V] � S9.LOro SSLO CG 56 U]pJ T AT-Vljlvh' bGra'x 96 Ch 53]000 $1V:n10] 5_ww D•5•6.D'A mj Sb]D] F 523.001oD "MCC 519`sr•. Mmll.y rtc iFm-x an•-Giarb Grai= 12 FA Sf9DW $10•D1W S1D1D] 53ACOr0I ROD] io-M $,?Sze $p p+p_ N<L-]r.cE RISTurlma II EA WON 53 T46Uj Sl'_SD] 5545 C0 $251D] yr.Sylq 5r-4LO 5435^.Dll 10 i-IFC S: Aa-A Vazm. IS SM,e:UM 52O2D+.D• S2D.V[U 522[O]CU 51C.00]00 Sley'p1p] SIp5D1 CU 515:0[0 TOTAL j!]l1b.P] TOTAL $61I,03.13 5GTAL 514C59M" TOTAL F1Jj,B•0.[•] RItl S&£ dlula0 Clulry C"ue ,lnc Fw4<.-d SanP�rng,lr.:. Hmrtl Cons!mFnn Co. Pre CorA'�1a'1 ID ITEH OESCRI RVAYTITY V4R VtiIi FdICE TOTAL VNR FRICE TOTAL V4RPRICE TOTAL pH6 PLACE TOTAL 1 LAC LTv[o+ 1 LS 510'c5Oal sl.. L0 3I.<110LV SL5D]D] ww'.l slep OLO: 5}D'ULO S°CWOO 2 im5o4n4U 1 LS So 10 Sn_wm 59." SaD:.?DO S100D•.D+ SIDDagal S74UL0 slr n 3 R1i 1.lI S¢[v 0.L P.,-nd 62RD] IF 30:5 M". So 10 510.016D' 5}22 511 T12L0 5013 S9139W < I...Per-mMlRnry apnF'e'w14 P DV IF $0_ll Sro,.O'J 502i <g 'A,O S^2'1 SRAcDL4 SOii $.D:6RO] Cc.M1 OS AG 2a5.000 IF 5 Soll 515..7w ' 5066 314 OcodI S]ICI 52'B.iOLLO 5075 5229 b]Do a ml5tnvrAy.hJeloGda 19 ES £ol)w 511�30 D? SW}D] sim.'d 555n. 510 53W "003 SIM..DJ ud 11A.VJmW Get. 21 EA SMW "a:}g+ 5&l+D] 516.ro SS OLD $I lzolw M50] SR9b.Dl B .du-- , 1 EA so.. 5W. 5325D] 525LU 550L0 !BD+D] $'.. SIIa41 9 LI-_IIT _E NY .rLn 3 Fl• 5?SOD] 51EL]NI 53`A.W £24.X0 52-➢m 51 i5]D] 52.D. 51.791C•11 10 [1mRL Sn otlAll- I LS SIC SVIP 51 L5 OIr SIODOw COrp,]➢p 51E GALA S,60 0] HiD,w 51s IL➢xU TOTAL S]51,915.C4 TOTAL W1.131AO TOTAL $3.1l..6] a TOTAL !]55,219.W Br &Wdll.0 C-1,Ccrslru'Lon,I - Fr kn dEon PerinO.[u. H=vrtl ConYauCnn Co 1 V-..Corprem LFE ..,,.1PT10N V UNIT UNIT PRICES TOTAL VM1:TFRICE TOTAL v41TPR0:E TOTAL 1.1 DID,PSICE TOTAL I I.k¢La`m 1 LS S.0i51Al 51x➢00➢ 51.5NV] 525D]D] S2Voxa _MnAoMl ST[0000 2 TmcCbmJ 1 I_i 53C.O] 53.8. AM' 5.00.0+ $1 SCOW 5:9'O 00 5 ]IA GO 52iD100 ] GSf II16sf AC Pa•Ern 330] ZSF jS . 51519LO SS31.D: Y'35 Sitv`[U SILU53-D] I'.P_'_nI RUKcv Fdn, T$YO £9 A2w SS AtO/I W] 5]2-[O SOPS 5]ASCcnsd' IA'AC Ortl3 iz. 51SMO] EA0524Cf 51.[[] 512412t9 Sl E9 UP.614W LT TrVcSn Aa tll.!ah.ay 1 55, $5 W]m £GCN LO $2DOL➢ 52rG1O] $15D1 D] $1.G•i D TOTAL 135MOl TOTAL 32 .207.00 TOTAL {23ANOO TOTAL 53R9T M e11Srlletlu`iD Conk]'Cc.¢WCFrr+Ine Fll. -A 50n Panng,In- V..,.Cc,..Ilen 1]17 VE56AIFTION AWW V41T VNITFRICE TOTAL uNRPaICE TOTAL VM1TTPP,IM TOTAL UNRPNCE TOTAL 1 1,4hT-c[m 1 LSNS3�. 5".015LO 51.910[UI SLSDjO] 55 O]D] Sa00.D] SSrO,CO� 553OLO P irS.IkNuc! 1 IS5]ROFA S0r00L9 5 OD]0] <2 O]0] 5?0.00] I.OrO <2IDOLOIT", EFSl,RALY1 SO fi 52PYv 5]25 529.i D' SD.31 5] .Cu4 IrdaLPkallfler[cmra F` 3S3:O EFslooll➢0 502i 51 3:1.Du 5]8 53.9IID CLI £D2i 510.311 LUL1 S I54'AGO i 3..X. :F5.7iC 0 SOEO 52 2I2 Di f]02 5]•2]6 COF SO.W 5`LCO2C0IL.nwG�e 2 E4SJ61Da Scp1D] Sf.6A W� ssvlU 51 Ma COI S:00 GO !➢1D]1 ilM14 ^=1Fara s hi WGdc 1 EA -W]D- 1325D] 53r5COf 50ACU 5`MCO 5:250] N2SD]Td.S'n ma 14-1- 1 LS 55M.. 55D]]O] S.C•?OLU 51.e'A[4 SI pgO[O 551000] S15D+p] TOTAL S6C,901,0] TOTAL $%1,p!000 TOTAL Vo.n5➢0 TOTAL 5G"2!.0] M dlS-tlul-E .o 1,Cu sWRLq Inr_ Frs1-� Son Pa .,In_ Hx dCcnlm llon Cu V...Cuponllon .l IT OESCNFTION OVATITIN V4 If.'IIT P310E TOTAL JIM.ILE TORS UACFe ICC TOTAL V4a PRXE TOTAL 1 '&-wAdo+ 1 LS 5121i3C0 5121TIC0 5 D=O rC D? 51 20.N 2 "_c,nw 1 LS S104W➢0 S10vOL0 S1CO:O rO S ROO 00 s, Ccw.8 Y20D+D] SIS w r.l 51 g0.00 ] GY.I.ABr.LmAC P< -1 '-Do EF 3031 Sb2COF4 So 11 L211403W E022 326Wal !119 32L6AM 4 Imfel A<rrnml�M '5 n. +DO cF 50_+6 SI 22a0W Soli £91-%)w 5026 SVA46•.0] !0.2i 59 0.11[0 Cc.,Tw 1h'hC MI.. 3.+G4 SF j SOEI 52132zll 00 SOx6 5221E6J.W .11 5ti3_� D] !Nd a131�10 CU E Ad u.l s_'A'a M.'.G�tle 33 EA £6310] Ye1]10M 5<il00 5313Ia10+ S�5]D] 52-350 D_ wac➢f 5146:U CO i NTmIS'!dc'1^d•em Grdc 35 EM1 113&) SOCo]D] !aD1D] 52 O:U O] SSD�D SR N SO. 34510 51445[0 0 u.lA �IFr aM C<L"ale 4 FA S9S]D+ 53FA]O+ M203. SI2'A.4' £OD].D+ S]20 N0 SSIS Col 315_Cm 9 TrzHc5n . SION.[C S0]D].D, SIMM1D] 512 D:0 r0! 550:•]J] S:.DA[0! 543AIL0 S4.]000n TOTAL 5M.49i.D1 TOTAL 54S., "g TOTAL f4Y1,[30.00 TOTAL 51'O.F7S➢p .1".TOTAL 51,]19,151.00 GTANITUML 5M) IIETN GRAAOTOTAL ST,]tF,99W GRLPDTOTAL $1.3M,136 i0 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CRY CLERK OFFICE: _ AGR# AMOUNT Cltyh Project NO: D❑ _a A )/ MO*._ DATE Dates Published: DIV IND APP NOTICE Y ❑N ❑ Bid Date &Time: Inn 10M PROJECT: SUCCESSFUL:, 1. if IrY 6. 2 7. &Z . 3., 8.,S,E'ifitll'kd 1� 5, 10. INCOMPLETE FIDS: ((PPifon-respons vel . . WHY: . . *CONTRACTOR BACKGROUND. CHECK:. now M Required?- Y ❑ N El (ATrad1 IF REWIRED) Affidavit of Non-Collusion Signed & Notarized? Y RFM ry❑ ' Information required of bidder page completed? Y NJ^ N/� ❑ Type & Amount of Insurance Required: �. 15 _ '[`2 &A ty Uttwar euowreruer�l .. .. -.._. 11 Contractors License.No. g2 Type(s) Status No. of days to complete work �f Working Calendar Estimated Start Date: Estimated Completion Date: Nc. of days,in which to execud contract after Notice of - Award (date City Clerk transmits contracts for executlon): S C Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) " Any Addenda? - Y ❑ N ❑ No. Addenda Signed by Contractor? Y ❑N ❑ BONDS: PERFORMANCE BOND QQ °G PAYMENT BOND fO % CORRECTION REPAIR BOND�` % BID BONDS: BLANK 'BID SPECS. Successful Bidder: . . CASHIER'S CHECK?• Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets Of bid Unsuccessful Bidders: Specifications for contract execution CASHIER'S CHECKS? Y ❑ .N 11 DEPOSITED 1N T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contract or(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y !CI N ❑ Labor Code 17y77�.�5 Y N ❑ 1 . Labor Cade 1776 Y N ❑ California Standard Specifications EDITION {{ Standard SpecifiFations for Public Works Construction EDITION DATE: J !Q _ BY: DEPT: Check a License or IIome Improvement Salesperson (HIS) Registration - Contractors Stat... Page I of 2 Department of Consumel-Affairs Contractors State Lice.,n'se'ward Contractor's license Detail - License # 215952 IIL DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. >> CSLB complaint disclosure is restricted by law(B&P 7124 6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below Click on the link or button to obtain complaint and/or legal action Information. Per B&P 7071 1.7, only construction related civil judgments reported to the CSLB are disclosed %>Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number: 215952 Extract Date: 03/04/2010 HARDY& HARPER INC Business Information: 1312 E WARNER AVE SANTA ANA, CA 92705 Business Phone Number: (714)444-1851 Entity: Corporation Issue Date: 0 311 3/1 9 6 3 Expire Date: 12/31/2011 License Status: This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GrNERAL ENGINEERING CONTRACTOR Classifications: C-8 CONCRETE C12 EARTHWORK AND PAVING CONTRACTOR'S BOND This license filed Contractor's Band number WCL1244367 in the amount of$12,500 with the banding company OLD REPUBLIC SURETY COMPANY. Effective Date: 03/04/2005 Bonding: Contractor's Bondmg_Hlstory. BONG OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) DANIEL THOMAS MAAS certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 05/28/2009 This license has workers compensation Insurance with the ZURICH AMERICAN INSURANCE COMPANY htips://www2.eslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 3/4/2010 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. L r 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 COVER SHEET Febmary 1,2010 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: 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number 1 Date 2/24/1.0 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. 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO,08-28 BID (PROPOSAL) Febmary 1,2010 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated. 3/1/10 Bi Hardy & H er, Inc.,/ By. Steve Kirsch er (Signature) Title: Vice President - 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08.28 Blb (PROPOSAL) February 1,2010 BID FORMS-PAGE 3 BID SCHEDULE "A" Schedule of Prices for the Construction of the: 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 INDIAN CANYON DRIVE SAN RAFAEL DRIVE TO VISTA CHINO in Palm Springs, California Item Estimated Unit No Description Quantity Unit Price Amount / 1• Initial Mobilization -- LS $ 2• Traffic Control - -- LS $ 3. Cold Mill Existing A.C. Pavement 52,400 SF $ 15 -7 $'[a 4• Install Pavement Reinforcing Fabric 361,000 SF Z6 $ 93 goo 5. Construct 1Y2"A.C. Overlay 361,000 SF $146 $235 24ZI 6. Adjust Sewer Manhole to Grade 15 EA $ 313 7. Adjust Water Valve to Grade 46 FP, $ 19 Q $ Adjust Monument Frame and Collar to Grade 12 E4 �1 $ 9. Install Type E Detector Loop 17 EA $ Z33 $ 10. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE "A": (Price in figures) u ti/ rya,►IOR -A 5"1 yr9 5 1 X s (Price in words) U Hardy & Hax•pex, Inc. Name of Bidder or Firm 2008=09&200912010 ANNUAL ASPHALT OVERLAY CITY PROJECT No.08-28 BID SCHEDULE A Febmary 1,2010 - BID FORMS-PAGE 4 BID SCHEDULE "B" Schedule of Prices for the Construction of the: 2008/2009 &2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 RACQUET CLUB ROAD PALM CANYON DRIVE TO AURORA DRIVE in Palm Springs, California Item Estimated Unit No. Description Quantity Unit Price Amount 1- Initial Mobilization --- LS $ 2- Traffic Control --- LS $ 61000 J 3, Cold Mill Existing A.C. Pavement 62,600 SF $ * ( 5 $ 1, 310 4. Install Pavement Reinforcing Fabric 298,000 SF $ . 7C $ -7 5. Construct 1'W A.C. Overlay 298,000 SF $ , `� $ /6 6- Adjust Sewer Manhole to Grade 19 EA $ 373 $ 7 7. Adjust Water Valve to Grade 21 EA $ $ g 69 8. Adjust Monument Frame and Collar to ►1 x Grade 1 EA $ $ 3 r J 9- Install Type E Detector Loop 7 EA $ Is r 63 10- Traffic Striping and Markings --- LS $ 1217069 TOTAL OF ALL ITEMS OF BID SCHEDULE "B": $ 336 - 151s , J (Price in figures) 1k9J? OLS A. OD V(P-V -FIX Tblb�J5Au D icier rltWhee.-0 F)FILEfid Aor-�r})�5 (Price In words) Hardy & Harper, Inc. Name of Bidder or Firm 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT No.08.28 BID SCHEDULE B Febmary 1,2010 BID FORMS-PAGE 5 BID SCHEDULE "C" Schedule of Prices for the Construction of the: 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 HARISTO ROAD AT FARRELL DRIVE in Palm Springs, California Item Estimated Unit No, Description Quantity Unit Price Amount 1• Initial Mobilization --- LS $ , Uap 2- Traffic Control --- LS $ 3- Cold Mill Existing A.C. Pavement 3,300 SF $ , �5 $ 4. Install Pavement Reinforcing Fabric 12,200 SF $ . Z� $ ? 5. Construct 1Y2"A.C. Overlay 12,200 SF $ $ g�QrjZ 6. Adjust Water Valve to Grade 1 EA $- $ T 7- Traffic Striping and Markings --- LS $ S 000 TOTAL OF ALL ITEMS OF BID SCHEDULE "C": 21133 (Price in figures) 71kO&M o zI 5 (Price in words) Hardy & Harper, Inc. Name of Bidder or Firm 2008/2009&200912010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO,08-28 BID SCHEDULE C Febmay 1,2010 BID FORMS-PAGE 6 BID SCHEDULE "D Schedule of Prices for the Construction of the: 2008/2009 &2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 INDIAN CANYON DRIVE (WEST HALF) li 19'AVENUE TO 20 AVENUE in Palm Springs, California Item Estimated Unit No. Description Quantity Unit Price Amount 1• Initial Mobilization - - - LS $ //1 000 2, Traffic Control - -- LS 000 3. Cold Mill Existing A.C. Pavement 11,800 SF $j L 77a 4. Install Pavement Reinforcing Fabric 38,300 SF $ $ 5 5. Construct 1Yz"A.C. Overlay 38,300 SF $ .b� Z.Jr Z7 6. Adjust Water Valve to Grade 2 EA $ Id $ IZ Grade7. Adjust Monument Frame and Collar to 1 EA $ �.� 3 $ �� 8. Traffic Striping and Markings --- LS $ / TOTAL OF ALL ITEMS OF BID SCHEDULE "D": l $ 5 y 1021 (Price in figures) f� W F— M4aq-5 � Alm :]?kd (Price in words) Hardy & Harpez, Inc. Name of Bidder or Firm 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 BID SCHEDULE D February 1,2010 BID FORMS-PACE 7 BID SCHEDULE "E" Schedule of Prices for the Construction of the: 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 VARIOUS LOCAL RESIDENTIAL STREETS (SEE STREET LIST IN THE APPENDIX) in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization --- LS $ 2• Traffic Control -- - LS $ 7/ QO d 3. Cold Mill Existing A.C. Pavement 120,000 SF $ . 45 $ �y� op0 4• Install Pavement Reinforcing Fabric 348,000 SF $ $ 5. Construct 1'/"A.C. Overlay 348,000 SF $ .G6 $ 6. Adjust Sewer Manhole to Grade 37 Fla s -373 $ ry 5 W 7• Adjust Water Valve to Grade 35 EA $ q/y $ O $ Adjust Monument Frame and Collar to Grade 4 EA $ 73 $ /, f 9 Z 9• Traffic Striping and Markings LS $ 8! TOTAL OF ALL ITEMS OF BID SCHEDULE "E": 63 %q 00f �� 31ti�(fl (Price in figures) D E ND U?— Pdc (Price in words) Hard,�r_ & Harper, Inc_ Name of Bidder or Firm 2008/2009&2.00912010 ANNUAL ASPHALT OVERLAY CITY PROJECT N0.08-28 BID SCHEDULE E Febmary 1,2010 BID FORMS-PAGE 3 BID SCHEDULE SUMMARY 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 in Palm Springs, California TOTAL OF ALL ITEMS OF BID SCHEDULES "A" THROUGH "E" (BASIS OF AWARD): $ I ., 2.3q , 000 . 00y�, 3���L7 (Price in figures) PN 9 A4I GL 40k 1V6 YVAI PeW `TAlIEs TV f-Ou9- 74b y5642 k v-r R25 �U (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. Hardy & Harper, Inc_ Name of Bidder or Firm 2008/2009&2009=10 ANNUAL ASPHALT OVERLAY CITY PROJECT NO,08-28 BID SCHEDULE SUMMARY February 1,2010 BID FORMS-PAGE 9 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:50shall not be less than 50%) Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address L aZ rs L 76 (vo�S v ro v 4. L 19 Cfl i M C—A 7. 8. 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY - CITY PROJECT NO.08-28 LIST OF SUBCONTRACTORS February 1,2010 BID FORMS-PAGE 10 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Orange ) Steve Kirschner being first duly sworn, deposes and says that he or she is Vice President Of Hardy & Harper, Inc. the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidde ijardyl y H per, Inc. By - . tevc Kirschner Title Vice President = Organization Corporation Address 1.31.2 E. Warner Ave. Santa Ana, CA 92705 200812009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 NON-COLLUSION AFFIDAVIT February 1.2010 610 FORMS-PAGE 11 I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT x'-r State of California County of n:apge On March 1, 2020 before me, Jo-Ann Lyons, Notary Public _ Oats Hum Ingnrl Name and Title of[ha Officer personally appeared Steve Kirschner " Name(a)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(o whose named) is/aloasubscribed to the within instrument and acknowledged to me that he/9M1# y executed the same in his*W/tRr authorized capacity(IO), and that by his/Ili 4W;Nr signature(o on the instrument the persona, or the entity upon behalf of which the persono acted, executed the instrument. .10-ANN LYONS 'E�' COfVIM q],6�13?9 .: ,- Nntory Rumlc-coutnlnm I certify under PENALTY OF PERJURY under the laws oRANce couNTY - of the State of California that the foregoing paragraph Is my con,In.F pirasnhr tT nta true and correct. WITNES and and icial seal. Signature Place Notary Seal Ahove Slgnature of Notary u611c OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Non Collusion AtfdaVit_,� Document Date: Mpmh 1, 2010 Number of Pages:_1_— Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: -qe". SiL9chner Signer's Name: ❑ Individual ❑ Individual P Corporate Officer—Title(s): 1r,,ore,de It ❑ Corporate Officer—Title(s): Partner-0 Limited ❑ General _ _ _ ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact - ❑Attorney in Fact - ❑ Trustee Top of Inumh hOrO ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: rl Other: Signer Is Representing: Signer Is Representing: L1axc 02007National Notary Asaoclallon-9350 De Soto Ave. RO.Sar2402-Chaowgrth CA 91212,2402-ww NmmnalNglaryaM Ilgmaa001 Raardnr Cnll Toli•Freal-a00d16-662T BID BOND KNOW ALL MEN BY THESE PRLSENTS, That HARDY&HARPER, INC. as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY as Surely, are held and firmly bound unto the City of Palm Springs, horeinafter called the"City"in the sum or: TEN PERCENT OF THE TOTAL AMOUNT BID dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors,and assigns,jointly and severally,firmly by these presents. WHEREAS, said'Principal has submitted a Bid to said City to perform the Work required under the Bid Schedules)of the City's Contract Documents entitled: 2008/2009 &2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. On-2s 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 Scald 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 attomey's fee to be fixed by the court, SIGNED AND SEALED,this 25TH day of FEBRUARY 20 10 . PRINCIPAL: HARDY& HARPER, INC. Check one:—individual,_partnership, X corpOratlon (Corpora' rs require two signatures; one hnm eaa of the iollowng groups: A. Chairman of Board, Preside t or any vice re t;AND B.Secrete sistant Secretary, Treasurer,Assistant Treasurer, or Ghie n ' I ffirzr. 8 SUREIY: INTERNATIONAL FIDELITY INSURANCE COMPANY adiature (NOTARIZED) Print Name and Title: Stev Kirschner, Vice President 1 , y By n signature signature (NOTARIZED) (NOTARIZED) Print Name and Ti* Print Nicme and Title: Kristen S. Paulino, Corp- Sec_ DWIGHT REILLY, ATTORNEY-IN-FACT 2005/2009&2 0 0 912 01 0 ANN AT ASPHA 1�RIAY CITY PROJECT NO.O&28 HID aONo(BID SECURITY FORM) Fgbrudry 1,2010 BID FORMS-PAGE 13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On March 1, 2020 before me, Jo-Ann Lyons, Notary Public Date Fmm Insert name and rue or rho Officer personally appeared Steve Kirschner Kristen S. Paulin N9mo(f)of s""effsl who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ilydare subscribed to the within instrument and acknowledged to me that Ire/sIE/they executed the same in klQmr/their authorized capacity(ies), and that by r/Their signature(s) on the instrument the person(s), or the entity upon behalf of -Ova, .to-arvry Lvorvs which the person(s) acted, executed the instrument. COMM #1841329 rvotory punuc-calitorma I certify under PENALTY OF PERJURY under the laws ORANGE COUNTY - of the State of California that the foregoing h is My Comm-Expires Apr.IT.2013 g 9 paragraph ra g p true and correct. Signa WITNESS hand and f6Cial seal. ture plocp Notary Scal Above Scloniro of Notary oblic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Band Document Date: _F�g �n1 n Number of Pages: 1 Signer(s) Other Than Named Above; nwinht Roilly Capacity(ies) Claimed by Signer(s) Signer's Name: cfravr. KimnhncX Signer's Name: Kristen s Paulino ❑ Individual ❑ Individual IF Corporate Officer—Title(s): ACorporate Officer--CTjl4P(*: rPt�qt ❑ Partner—❑ Limited ❑ General _ ❑ Partner—❑ Limited ❑ General _ C] Attorney in Fact ❑Attorney in Fact ❑ Trustee Top of tnume here ❑Trustee Top of tnumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑ Other. Signer Is Representing: Signer Is Representing; Ha.d,,A Horper, Inc Harriv R Horpgy Inn m2007 Natlonel Nolery Aeeoclstlon•995o oe Soso A�o,P.06oz 2A02•ebaiwonh.CA 9101 b24a2•www NsuenalNotaryerg ICem115907 Reorder Call Toll-Free 1-900-97S.U27 ACKNOWLEDGMENT State of California County of ORANGE On FEBRUARY 25, 2010 before me, SUSAN PUGH, NOTARY PUBLIC (insert name and title of the officer) personally appeared DWIGHT REILLY who proved to me on the basis of satisfactory evidence to be the person(S) whose name(X) is/owe subscribed to the within instrument and acknowledged to me that he%}y) Akey executed the same in his/l p authorized capacityQ6mJ, and that by his/M@@(txX signature(Y,) on the instrument the person(R), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. :?-a„• SUSAN PUGH # WITNESS my hand and official seal. Notory CommisslOn 7734680 public California Orange County .. r� M.Pxpires Mar28,2071 Signature vL -ti (Seal) SUSAN PUGH Tel(973)624-1200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE:ONE NEWARK CENTER,20TH FLOOR NEWARKti NEW JERSEY 07102-5207 FUR OW B0ND1=ER/C0NSENTS/AFF DAVITS KNOW ALL MEN BY TRESE FPJMNTS: Thar INTIRNATIONAL F@F1dTY INSURANCE COMPANY[ a corporation orgmire4 and existing laws of the Sere of New Jersey,and having its principal office in the City of Newark,New Jersey,does hereby cons instc and appoint DWIGHT REILLY, HAL DUECK Anaheim,CA. .. . ........ .. .. .... .......... .................. .. .. ..... its me and lawful momoy(sym•fact m execute,soil and deliver for and on Its behalf a surety an and all heeds and undertakings,cauoaca of irldemniry and other writings obligatory m the nature thereof,which are or may he WowW,required oorm)ned by law,annare nrle m�tMarion,eohmct er arhemise and die execution of such inismiment(s) m purtuance of these presentA, shall he as b mg upon a aald INI*RNATIONAL FIDELITY INSURANCE COMPANY "fully and amply, to all intents and purposes, as of the same had been duly executed and mckrmwIc4S W by Its regularly elected officers at its principal ofrfce. This Power of Armes is escented.and maybe revoked pursuant m and by authority of Article 3-Section 3,of the ll -Laws adoppted by the Seem of Directors of INTERNATIONAL FIDELITY INS(1RANC$COMPANY at a meeting ailed and held on the 7th day of February, 1974. The Pmsluenr or any Vice President,Executive vice President.Secretary or Assistant Secretary,shall have power and authority (1)To appoint Auomeyi-in-fact,and m authorize them in execum on behalf of the Company,And inch the Seal of the Company therem,bonds and umerAkmgs,eautnacta of indemanry and other wrioogx obligatory in the nature thereof and, (2)To remove,A any time,any such atmmey.in-fact and revoke the merlwrity grvEn. Further this Power of Adomey issi tied Ad se11nd facsindle putsums;to resolution of the Board of Directors of sad Company adopmd A 1 meeting duly caller)and held on the 29th day ci April.1962 of which the following is a me excerpt: Now dicrefnre tic argnatures of ouch officers and the seal of the Company may be affixed to any such ower of attomcy or,any certificate relating Etienne by faesudlle,and any main power of atusmey or CertsEate betting such tYcainule signatures or facsimile seePshall be valid and hudnng upon die Company and any such power An executed and eemfcel by tacenmile aigamrea and fzamcnile seal shall be valid And binary upon the Company in the fum c,with respect ro any fiord or uMernking to which it is attached O+�ITI /,`/0 IN TESTIMONY WHEREOF,INTERNATIONAL FIDELITY INSURANCE COWANY has caused this instrument m be sS\ �0 /2 signed and its corporate semi in be affixed by its authorized officer,this 29th day of August,A.D.2003, BkAL�� �a IRNATIONAL IDELITY INSURANCE COMYANY N IpQ{y STATE OF NEW JP.RSEY NTE County of Essex C 1 Sccm On this 29di day of August 2W3, before me came the individual who executed the recedl marmment to rwnally known and,bci,%Zy me duly mom,Amid am ke u the mantas described and authorized officer of dig fNTCrilP7ATIONAG FIDP.f.1TY�NSU.IWVr COMPAN6':dear tine aefl sad nnsuumept u the Corporate Seal of sail Company;that the slid Corporate Seal and his mignatum were duly affixed by order of die lloard of Ddrecmrt of said Company. t�tARq� IN TESTIMONY WHEREOF,I have hereunto set my hard affixed my OffncW Seal, u tine City of Newark,New Jersey the day and year first above wrinen. ONOTARY 4 PUBLIC 'k � r�p5 A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov.21,2010 1,the undenigncd offnccr of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby cerd(y that I have compared the foregoing copy of die Power of Aunreey and affidavit,and die copy of die Secdou of me By-Laws of said Company ad ter mint in mid Power of An9mey,with dm ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY,Aid that the sung arc correct transcripts thereof,and of the whole of the said originals,and that the sand Power of Ahomey has not been revoked and is now in Nil force and effect IN TESTIMONY WHEREOF,I hx•c hcinunra net my hind this 25TH day of FEBRUARY, 2010 Assistant Secretary i • • • • BIDDER'S GENERAL INFORMATION • The Bidder shall furnish the following information. Failure to complete all Items will cause • the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: _ Hardy & Harper, Inc. • 1312 E. Warner Ave. i Santa Ana, CA 92705 • i 2. CONTRACTOR'S Telephone Number ( 714 ) 444-1851 Facsimile Number: ( 714 ) 44 4-7801 • 3. CONTRACTOR'S License: Primary Classification A State License Number(s) 215952 Supplemental License Classifications C8 ,C12 i 4. Surety Company and Agent who will provide the required Bonds on this Contract: • Name of Surety See Attachment A • Address i i Surety Company • Telephone Numbers: Agent ( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): CorRoration • • 6. Corporation organized under the laws of the State of: California i • 7. List the names and addresses of the principal members of the firm or names and i titles of the principal officers of the corporation or firm: See Attachment id • i 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 BIDDER'S GENERAL INFORMATION February 1,2010 BID FORMS-PAGE 14 • Attachment A 7141dy c 0raiper, fix. Corporate Officers Fred T. Maas, Jr., President, Treasurer, 1312 E. Warner Avenue Managinb Offieer Santa Ana, CA 92703 holi'c: 714 4.44-1851 Dan T. Maas, CEO 1312 E. Warner Avenue Pk one: (7IA) 4•�✓l-I II5I ' Santa Ana. CA 92705 Stevehirschaer, VieePresidery 1312 E. Warner Avenue Norte: (714) 444-.185.1 Santa Aoki. CA 92705 Kristen S. Paulino, Corporate Secretary 1312 E. Warner Avenue Atone: 714 444-1851 Santa Ana, CA 92705 Surety & Agent for Bonds International Fidelity Insurance Company 13400 Sabre Springs Patkwaty', Suite 270 phone: (800) 336-1533 San Diego, CA 92128 contact: Dwi*hi, Reilly Crosby irtsurmtce, Inc. P.O. Box 31150 phone: (714) 22J-5200 Anahrtm, CA 92809 contact: Annette Romero Insurance Agent Wood Gutman & Bogart Insurance Brokers 15901 lied hill Ave., Suiic 100 phone: (7:L4) 505-7000 Tusl ill, CA 92780 contact: Paula Mowles • • • • BIDDER'S GENERAL INFORMATION (Continued) • 8. Number of years experience as a contractor in this specific type of construction work: • 64 • 9. List at least three related projects completed to date: • See Attachinexit B a. Owner Address • Contact Class of Work • Phone Contract Amount • Project Date Completed Contact Person Telephone number b. Owner Address . Contact Class of Work • Phone Contract Amount Project Date Completed • Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number • 10. List the name and title of the person who will supervise full-time the proposed work ifor your firm: Mike Amundson Project ManacTer 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. • . 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 BIDDER'S GENERAL INFORMATION • Febmary 1,2010 BID FORMS-PAGE 15 • Attachment 13 Jfardy Q' Yfarper, Inc. Owner/A-exicy Contact 'Project (ASnoUrtt & 'End Date) City of Diamond Bar Kirnberly Molina, Phi Preventive SIre('I 21825 E, Copley Drive (909)839-7000 Maintenance Prograin Diamond Bar, CA 91765 f. (909)861-3117 S 1,521,000.00 12/09 City of Temecula John Salazar, PE De Portola lioad Paverncnt 43200 Bu51nC55 Park Dr. (951)694-6411 Rehabill tatlon Tomucula, CA 92589-9033 f. (951)694-1999 5 1,369,000.00 12/09 City of Mission Viejo Rich Scbleaiiigcr, PE AC Rup airs & Overlays 2009 200 Civic Center (949)470-3064 $ 1,135,000,00 11/09 Mitisinn Viclo, CA 92691 1'. (949)455-2589 City of Upland Renc Guerrero PE 7tlt Street Rehabilitation 460 N. Fuclid Ave. (909)931-42W x 1% S 1,190,000,00 10/09 Upland, CA 91785 f. (909)931-9923 City of Ontario Bill Braun. PE Rehabilitation of Vineyard, 303 "B" Streel (909)395-2129 Walnut, & Acacia Ontario, CA 9176d-4105 f. (909)395-2122 3 1,231,000.00 7/09 ardy & Harper, Inc. A45 �IC.Number 1312 EAST WARNER AVENUE SANTA ANA,CA 92705 (714)444.1851 • FAX(714)444-2801 March 2, 2010 Attn: Certified Payroll Depautment City of Palm Springs 3200 Last 'rahquitz Canyon Way Palm Springs, CA 92262 Re: Annual Asphalt Overlay Good faith Effort To Whom It May Concern: Hardy & Harper is signatory to the Laborers, Operating Lngincers, and Cement Masons through A.G.C. of California. As such, our company can only subcontract other union affiliated Finns. In anticipation of this project, we have solicited quotes for asphalt concrete and trucking services from the following companies located in the Coachella Valley: Amrc.�atc Products, Inc. 100 W. Brawley Ave. 'I'hcnnal, CA 92275 Crdmlc Construe tiun 39155 Monrou St. Indio, CA 92203 WoSt CUHSt Sand and Clravcl 92500 Airport Blvd. Thermal, CA 92274 Sincerely, Ryan HI-Liford Contract Administrator (714) 352-7026 • CITY OF PALM SPRINGS, CALIFORNIA • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • • SPECIAL PROVISIONS • FOR CONSTRUCTION OF THE: • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08 - 28 • • • IN THE CITY OF PALM SPRINGS • • FEBRUARY 2010 • • • • F PALM s • tea' d�\�„_ 2 U Ln • m • * yc04 ,q9 PORA'[E� • • David J. Barakian, P.E., City Engineer • Bids Open: March 2, 2010 • Dated: February 1,2010 • • r • CITY PROJECT NO. 08 - 28 • The Special Provisions contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • • • vVESS/p • c� ff��icAAAp- x C•5I273 b• * �rPi2�31Idt Marcus L._ Fuller • Assistant Director of Public Works/ o�pL1�oR��P • Assistant City Engineer Civil Engineer C 57271 l (w • • • i • Approved by: i • David J. Barakian, P.E. City Engineer • Civil Engineer C 28931 • • ! • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 • February 1,2010 SIGNATURE PAGE • • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • • SPECIAL PROVISIONS • TABLE OF CONTENTS • • PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders • • Bid Forms . Bid (Proposal) Bid Schedule • List of Subcontractors • Non-collusion Affidavit . Bidder's General Information • Bid Bond (Bid Security Form) • Agreement and Bonds • Agreement Form . Worker's Compensation Certificate Performance Bond • iPayment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS • Section 1 - Terms, Definitions, Abbreviations, and Symbols • Section 2 - Scope and Control of Work • Section 3 - Changes in Work Section 4 - Control of Materials • Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work • Section 7 - Responsibilities of the Contractor . Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment • Section 10 - Construction Details • • PART III —APPENDIX City of Palm Springs Standard Drawings • Caltrans Standard Plans • Crack Sealant Specifications Pavement Fabric• Index of Residential Streets • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 SPECIAL PROVISIONS • February 1,2010 GENERAL CONTENTS-PAGE 1 • I • • CITY OF PALM SPRINGS • • • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 • • Notice Inviting Bids • Instructions to Bidders • Bid Forms • Bid (Proposal) • Bid Schedule • List of Subcontractors Non-Collusion Affidavit • Bidders General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form • Worker's Compensation'Certificate • Performance Bond • Payment Bond Certificate of Insurance • • • • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08.28 PART 1 CONTENTS • February 1,2010 PAGE 1 0 • CITY OF PALM SPRINGS NOTICE INVITING BIDS 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY . City Project No. 08-28 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2008/2009 & 2009/2010 Annual Asphalt Overlay, City Project No- 08-28, will be received at the office of the • Procurement and Contracting Manager of the City of Palm Springs, California, until 2 P.M. i on March 2, 2010, at which time they will be opened and read aloud. The Engineer's estimate is $1,800,000. N i2 DESCRIPTION OF THE WORK. The Work comprises cold milling of existing asphalt concrete pavement; installation of hot asphalt rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of geotextile fabric; construction of 1%" hot mix asphalt overlay; installation of new Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in Palm Springs. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, . responsible bidder on the basis of the total sum of Bid Schedules A through F, inclusive, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules- (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs- N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the total bid price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C12 Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the • general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. S The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY NOTICE INVITING BIDS • CITY PROJECT NO.08-28 PAGE 1 February 1,2010 i • • 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 $75.00 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 °Cify of Palm Springs". • (c) An additional mailing fee of$15.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, or other methods of delivery shall be the responsibility of • the Bidder. If you have a FedEx No. or an On-Trac No, include that in your • correspondence. If you do not have either of these, please include the mailing fee in • your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the.Engineering Secretary at (760) 323-8253 x 8738 or by e- • mail at: kim.licc�n@palmspringsca.gov. • (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in sub-miffing a bid, it is imperative that you contact Kim Licon, Engineering Secretary, via email at kim.licon@palmspringsca.gov, or by phone at • (760) 323-8253, ext. 8738, to officially register as a Bidder for this project with your • company name, address, phone, fax, contact person and e-mail address. Bidders • must be registered to submit a Bid; failure to register may be cause to find a Bid non- responsive- • • (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document • and used to submit a bid. • (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this • project can be found ' on-line at the City's webpage at: • www.palmspringsca.gov/i ndex.aspx?page=85. • (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Marcus Fuller, Assistant • City Engineer, by fax to (760) 322-8325, or by e-mail to • Marcus.Fuller@palmspringsca-gov. Questions must be submitted by 2:00 PM, February 24, 2010. Questions received after this date will not be accepted. • • • • • M08/2009&200912010 ANNUAL ASPHALT OVERLAY NOTICE INVITING BIDS • CITY PROJECT NO.08-28 PAGE 2 • February 1,2010 • N-10 ADDRESS AND MARKING OF BIDS. The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the • Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand 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 - - W L Date David J. Barakian, PE • Director of Public Works/ • City Engineer • City of Palm Springs • • • • • • • • • • • • • • • • • • • • • • • • • • • • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY NOTICE INVITING BIOS • CITY PROJECT NO.08-28 PAGE 3 February 1,2010 • CITY Or 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 terrn "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 finanoial 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 contractors license in the State of California for the classifications named in the Notice Inviting Bids at the time of award, r 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City • believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— a) It is the responsibility of each Bidder before submitting a Bid to examine the • Contract Documents thoroughly; visit the site to become familiar with local conditions that • may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of-subsurface -conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical S data, including any-interpolation or extrapolation thereof, together with nontechnical 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 . 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 INSTRUCTIONS TO February 1,2010 BIDDERS-PAGE 1 utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to -prospective Bidders on subsurface -conditions, underground utilities and .other physical conditions, and possible changes in ,the. Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. . (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations) and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or . otherwise which may-affect cost, progress, or performance.of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the-time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in -advance, the City will provide each Bidder access .to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. 40 (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 0 permanent changes in existing structures will be obtained and paid for by the City unless 0 otherwise provided in the Contract Documents. 111111 (i) The submittal .of a Bid will constitute an incontrovertible representation by the 0 Bidder that the Bidder has complied, with every requirement of this Article; that without 0 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 S 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 41111 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 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 INSTRUCTIONS TO • Febmary 1,2010 LADDERS-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 i making the award. All other Bid securities will be held until the Agreement has been • finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. . Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict • between the words and figures, the words shall govern. The envelope enclosing the • sealed bids shall be plainly marked in-the upper left-hand corner with the name and address of the Bidder and shall bear the words 'BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening . of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid . is received in proper time. Bids will not be accepted after the appointed time for opening • of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and r failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity • listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In case of discrepancy between the unit price and the total set forth for a unit basis • item, the unit price shall prevail, except as provided in (a) or(b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the • amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 INSTRUCTIONS TO February 1.2010 BIDDERS-PAGE 3 • • (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred,.etc., or one-tenth, or one hundredth, etc. • from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or • item total in the City of Palm Springs's Final Estimate of cost. In the event that there its more-than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with-the sum of prices Bid on the individual items, the • prices bid on the individual items shall govern and the total for the schedule will be • corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5.100-et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK— .(a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) .In the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided,.that on unit price contracts, increases of more than .25 percent, , decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. • 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a • written request, signed by the Bidder or it's properly authorized representative. Such . written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the.scheduled closing time for receipt'of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without • 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, I 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 1 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • 1 CITY PROJECT NO.08-28 INSTRUCTIONS TO . I February 1,2010 BIDDERS-PAGE 4 • the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract . Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, i 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- • 2008/2009 R 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 INSTRUCTIONS TO • February 1,2010 BIDDERS-PAGE 5 r • 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. • • • • • • • • • r • • • • • 2008/2009 R 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO-08-28 COVER SHEET February 1,2010 NO 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: • • 2008/2009 &2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 • 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. • • • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 BIO (PROPOSAL) • February 1,2010 210 FORMS-PAGE 2 • • • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidders General Information, and Bid Bond contained in these Bid • Forms, said Bidder further agrees to complete the Work required under the Contract • Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid • Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: • • By: . (Signature) • Title: • • • • • • • • • • • • • • • • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08.28 BID (PROPOSAL) • February 1,2010 BID FORMS-PAGE 3 • • BID SCHEDULE "A" Schedule of Prices for the Construction of the: • 2008/2009 & 2009/2010 ANNUAL,ASPHALT OVERLAY • CITY PROJECT NO. 08-28 INDIAN CANYON DRIVE • SAN RAFAEL DRIVE TO VISTA CHINO in Palm Springs, California • Item Description Estimated Unit Unit Amount • No. Quantity Price • 1" Initial Mobilization -- - LS $ • • 2. Traffic Control -- - LS $ 3. Cold Mill Existing A.C. Pavement 52,400 SF $ $ • • 4• Install Pavement Reinforcing Fabric 361,000 SF $ $ 5. Construct 11/2"A.C. Overlay 361,000 SF $ $ • 6. Adjust Sewer Manhole to Grade 15 rFA $ $ • 7. Adjust Water Valve to Grade 46 $ $ $ Adjust Monument Frame and Collar to • Grade 12 $ $ 9" Install Type E Detector Loop 17 $ $ • 10. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE "A": • • $ (Price in figures) • • (Price in words) • • • • Name of Bidder or Firm • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 BID SCHEDULE A February 1,2010 BID FORMS-PAGE 4 • • • • BID SCHEDULE "B" • Schedule of Prices for the Construction of the: • • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 • RACQUET CLUB ROAD • PALM CANYON DRIVE TO AURORA DRIVE • in Palm Springs, California • • Item Description Estimated Unit Unit Amount • No. Quantity Price • 1• Initial Mobilization -- - LS $ • 2• Traffic Control -- - LS $ • 3• Cold Mill Existing A.C. Pavement 62,600 SF $ $ i • 4• Install Pavement Reinforcing Fabric 298,000 SF $ $ 5. Construct 1'Y2"A.C. Overlay 298,000 SF $ $ • 6. Adjust Sewer Manhole to Grade 19 EA $ $ • • 7• Adjust Water Valve to Grade 21 EA $ $ • 8. Adjust Monument Frame and Collar to • Grade 1 EA $ $ • 9• Install Type E Detector Loop 7 EA $ $ • • 10. Traffic Striping and Markings --- LS $ • TOTAL OF ALL ITEMS OF BID SCHEDULE "B": • (Price in figures) • • (Price in words) i • i • Name of Bidder or Firm • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY _ CITY PROJECT No.08.28 BID SCHEDULE B • February 1,2010 BID FORMS-PAGE 5 • • • • • BID SCHEDULE "C" . Schedule of Prices for the Construction of the: • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 • BARISTO ROAD AT FARRELL DRIVE • in Palm Springs, California • Item Estimated Unit • No Description Quantity Unit Price Amount 1• Initial Mobilization - -- LS $ • 2• Traffic Control --- LS $ • • 3. Cold Mill Existing A.C. Pavement 3,300 SF $ $ • `f• Install Pavement Reinforcing Fabric 12,200 SF $ $ • • 5. Construct 1Yz"A.C. Overlay 12,200 SF $ $ 6. Adjust Water Valve to Grade 1 EA $ $ • 7. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE "C": • (Price in figures) • (Price in words) • • • • Name of Bidder or Firm • • • • • • • • • • 2009/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 BID SCHEDULE C • February 1,2010 BID FORMS-PAGE 6 • • • ! BID SCHEDULE "D • Schedule of Prices for the Construction of the: • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 ! INDIAN CANYON DRIVE(WEST HALF) 19"AVENUE TO 20T AVENUE ! in Palm Springs, California • ! Item Estimated Unit Description Unit Amount • No. Quantity Price • 1• Initial Mobilization - - - LS $ • • z• Traffic Control - -- LS $ 3• Cold Mill Existing A.C. Pavement 11,800 SF $ $ 4• Install Pavement Reinforcing Fabric X300 SF $ $ • • 5• Construct 1'/"A.C. Overlay 38,300 SF $ $ • 6• Adjust Water Valve to Grade 2 EA $ $ • ! 7 Adjust Monument Frame and Collar to 1 ! Grade $EA $ ! $• Traffic Striping and Markings --- L5 ! TOTAL OF ALL ITEMS OF BID SCHEDULE "D": (Price in figures) ! (Price in words) • ! • Name of Bidder or Firm • • ! • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY ! CITY PROJECT NO,08-28 BID SCHEDULE❑ Febmary 1,2010 BID FORMS-PAGE 7 ! • • • • BID SCHEDULE "E" • Schedule of Prices for the Construction of the: • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY i CITY PROJECT NO. 08-28 i VARIOUS LOCAL RESIDENTIAL STREETS • (SEE STREET LIST IN THE APPENDIX) • in Palm Springs, California • Item Estimated Unit • Description Unit Amount No. Quantity Price 1• Initial Mobilization --- LS $ i 2. Traffic Control --- LS $ • • 3. Cold Mill Existing A-C- Pavement 120,000 SF $ $ • 4. Install Pavement Reinforcing Fabric 348,000 SF $ $ • 5. Construct 1Yz"A.C. Overlay 348,000 SF $ $ 6. Adjust Sewer Manhole to Grade 37 EA $ $ i 7- Adjust Water Valve to Grade 35 EA $ $ $ Adjust Monument Frame and Collar to Grade 4 $ $ • 9• Traffic Striping and Markings --- LS $ • TOTAL OF ALL ITEMS OF BID SCHEDULE Is% • $ • (Price in figures) • • (Price in words) • • • • Name of Bidder or Firm • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO-08-28 DID SCHEDULE E February 1,2010 SID FORMS-PAGE 8 • • BID SCHEDULE SUMMARY 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 • in Palm Springs, California TOTAL, OF ALL ITEMS OF BID SCHEDULES "A" THROUGH "E" (BASIS OF AWARD): • • $ (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 • • • • • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY . CITY PROJECT NO,08-28 BID SCHEDULE SUMMARY February 1,2010 BID FORMS-PAGE 9 • • • • 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$10,000.06, 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 nonresponsive- • • 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. • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 LIST.OF SUBCONTRACTORS • February 1,2010 BID FORMS-PAGE 10 • • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID • State of California ) • ) ss. • County of ) • I, being first duly sworn, deposes and says that he or she is of , the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf • of, any undisclosed person, partnership, company, association, organization, or • corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not • directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, . 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 • • • • • 2008/2009&2000/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO,08-28 NON-COLLUSION AFFIDAVIT • February 1,2010 BID FORMS-PAGE 11 • • • • • • • • ALL-PURPOSE ACKNOWLEDGMENT • • State of • County of On before me, • Date Name,Title of Officer personally appeared • NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the • within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) • acted,executed the instrument. • 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and . correct. . Witness my hand and official seal. • Signature of Notary • • • • • ATTENTION NOTARY., Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. • THIS CERTIFICATE Title or Type of Document • MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: • Above Signer(s)Other Than Named • • • • • • • • • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 NON-COLLUSION AFFIDAVIT February 1,2010 BID FORMS-PAGE 12 • • • i . BID BONG] • KNOW ALL MEN BY THESE PRESENTS, That as Principal, and • as Surety, • are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: • dollars • (not less than 10 percent of the total amount of the bid) • for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. • i WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under i the Bid Schedule(s)of the City's Contract Documents entitled: 2008/2009 & 200912010 ANNUAL ASPHALT OVERLAY i CITY PROJECT NO. 08-28 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and • in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a • written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment • Bond, then this obligation shall be null and void, otherwise it shall remain in Full force and effect. • In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all • costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. • • SIGNED AND SEALED, this day of , 200— • PRINCIPAL: i 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), i By SURETY: • signature i (NOTARIZED) i Print Name and Title: • By By • i signature signature (NOTARIZED) (NOTARIZED) Print Name and Title_ Print Name and Title: 2008/2009&2009/2010 ANNUAL ASPHALT oVERLAY CITY PROJECT NO-08.28 BID BOND(BID SECURITY FORM) • February 1,2010 BID FORMS-PAGE 13 • • • • • • BIDDER'S GENERAL INFORMATION • The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: • • • 2. CONTRACTOR'S Telephone Number: ( ) • Facsimile Number: ( ) • 3. CONTRACTOR'S License: Primary Classification • State License Number(s) • Supplemental License Classifications • • 4. Surety Company and Agent who will provide the required Bonds On this Contract: • Name Of Surety Address • • Surety Company Telephone Numbers: Agent( ) Surety( ) • 5. Type of Firm (Individual, Partnership or Corporation): • • 6. Corporation organized under the laws of the State of- • • 7. List the names and addresses of the principal members of the firm or names and • titles Of the principal Officers of the corporation or firm: • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO-08-28 BIDDER'S GENERAL INFORMATION February 1,2010 BID FORMS-PAGE 14 • • BIDDER'S GENERAL INFORMATION (Continued) • • 8. Number of years experience as a contractor in this specific type of construction work: • • 9. List at least three related projects completed to date: • a. Owner Address • Contact Class of Work Phone Contract Amount • Project Date Completed • Contact Person Telephone number b. Owner Address Contact Class of Work • Phone Contract Amount Project Date Completed • Contact Person Telephone number • C. Owner Address Contact Class of Work Phone Contract Amount • Project Date Completed Contact Person Telephone number • • 10. List the name and title of the person who will supervise full-time the proposed work • for your firm: • • • 11. Is full-time supervisor an employee contract services • • 12. A financial statement or other information and references sufficiently comprehensive • to permit an appraisal of your current financial condition may be required by the Engineer. • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 BIDDER'S GENERAL INFORMATION • February 1.2010 BID FORMS-PAGE 15 • • • • • • AGREEMENT • • THIS AGREEMENT made this day of in the year 20`, by and between the City of Palm Springs, a charter city, organized and existing in the County of . Riverside, under and by Virtue of the laws of the State of California, hereinafter designated as the City, and • hereinafter designated as the Contractor. • • The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, • agree as follows: • ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: • • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 The Work is generally described as follows: • Cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant • material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of pavement reinforcing fabric; construction of 1'/z inch asphalt concrete • overlay; installation of new Type E inductive loop vehicle detectors; traffic striping and markings; • and all appurtenant work on various streets in Palm Springs. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in . the Notice to Proceed. • The City and the Contractor recognize that time is of the essence of this Agreement, and that the • City will suffer financial loss if the Work is not completed within the time specified in Article 2, • herein, plus any extensions thereof allowed in accordance with the applicable provisions of the • Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the • Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall • pay the City the sum of $6,750.00 for each calendar day that expires after the time specified in Article 2, herein. • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 AGREEMENT FORM Febmary 1,2010 AGREEMENT AND BONDS-PAGE 1 • • • • • • ARTICLE 3 -- CONTRACT PRICE • The City shall pay the Contractor for the completion of the Work, in accordance with the Contract • Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid • Schedule(s). • ARTICLE 4-- THE CONTRACT DOCUMENTS • • The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the . prevailing rate of per diem wages as determined by the Director of the California Department of . Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special • Provisions, the Drawings, Addenda numbers to inclusive, and all Change • Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. • • ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be • processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES • Whenever any provision of the Contract Documents requires the giving of a written Notice, it • shall be deemed to have been validly given if delivered in person to the individual or to a • member of the fine or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the • giver of the Notice. • • ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special • Provisions will have the meanings indicated in said Standard Specifications and the Special • Provisions. No assignment by a party hereto of any rights under or interests in the Contract • Documents will be binding on another party hereto without the written consent of the party . sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the • effect of this restriction may be limited by law), and unless specifically stated to the contrary in • any written consent to an assignment, no assignment will release or discharge the assignor from • any duty or responsibility under the Contract Documents. • The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the . Contract Documents. • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 AGREEMENT FORM February 1,2010 AGREEMENT AND BONDS-PAGE 2 • • • • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be • executed the day and year first above written. APPROVED BY THE CITY COUNCIL: • ATTEST: CITY OF PALM SPRINGS, • CALIFORNIA Date • By Agreement No. City Clerk • • • APPROVED AS TO FORM: • • By • City Attorney • • Date • CONTENTS APPROVED: • • • BY • City Engineer • Date • • By • City Manager • • Date • • • • • • • • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT No.08-28 AGREEMENT FORM February 1,2010 AGREEMENT AND BONDS-PAGE 3 • • • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any • Vice President. The Second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant • Treasurer,or Chief Financial Officer. • CONTRACTOR: Name: Check one:_Individual—Partnership_Corporation • Address: ! ! 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 u County of ❑ss County of C7ss ! 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: • ! ! • ! 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY AGREEMENT FORM i CITY PROJECT NO.08-28 AGREEMENT AND BONDS-PAGE 4 February 1,2010 i • • • • • • • • • • i • • WORKER'S COMPENSATION CERTIFICATE • • • (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) • • • 1 am aware of the provisions of Section 3700 of the California Labor Code, • which require every employer to be insured against liability for worker's • compensation, or to undertake self-insurance in accordance with the • provisions of said Code, and I will comply with such provisions before • commencing the performance of the Work of this Contract. • • • Contractor • By • • Title • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08.28 February 1,2010 • WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS- PAGE 5 • • • • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, . That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the • County of Riverside, California, hereinafter called the "City," in the sum of: • dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. • WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: . 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08.28 • • 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 • (NOTARIZED) • signature (NOTARIZED) • Print Name and Title: . Print Name and Title: • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08.28 PERFORMANCE BOND Febmary 1,2010 AGREEMENT AND BONDS-PAGE 6 • • • • • • • PAYMENT BOND • KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, • are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the • County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, • for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns, jointly and severally, firmly by these presents. • WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement • with said City to perform the Work as specified or indicated in the Contract Documents entitled: • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 • • 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 t0 Section 13020 of the Unemployment Insurance Cade with respect to such labor, all as • required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, Of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State • of California referred to therein and acts amendatory thereof, and provided that the persons, • companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, • appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or'performed, or any person, company, or corporation renting or hiring implements or • machinery or power for, or contributing to, said work to be done, or any person who performs • work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount • not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this • bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the • benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. • • PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any • extensions of time granted under the provisions of said Contract Documents release either said • Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. • • SIGNED AND SEALED, this_day of 200� • • • 2003/2009&2009/2010 ANNUAL ASPHALT OVERLAY PAYMENT BOND • CITY PROJECT NO,08-28 AGREEMENT AND BONDS-PAGE 7 February 1,2010 • • • • CONTRACTOR: • Check one: individual,_partnership, corporation • (Corporations require two signatures; one from each of the following groups_ A. Chairman of Board, 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: • • • • • • • • • • • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY PAYMENT BOND CITY PROJECT NO.08-28 AGREEMENT AND BONDS-PAGE 8 • February 1,2010 • • • CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW 09SIGNATED BY THE CONTRACT WITH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A • B C • D • TYPE OF WORK PERFORMED AND LOCATION • • uw TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(WOO) • EACH OCCURRENCE AGGREGATE • . COMPREHENSIVE GENERAL LIABILITY Induding • ❑ E+ LOSION AND COLLAPSE BOOILYINIURY $ S . 0 UNDERGRDUNODAMAGE PROPERTY DAMAGE $ S • ❑ PRODUG"SCOMPLETED OPERATIONS era I❑ OPNrRkMAL INSURANCE • IL,I BROADrORMPROPERTYDANAgE • LJ INDEPCNDENTCONTRATORS BODILYINJURYAND PROPERTY • ❑ PERsoN LINJURY DAMAGE COMBINED S S • PERSONU-NJURY a COMPREHENSIVE AUTOMOBILE BODILY INJURY • LIABILITY EACII PERSON S Including: EACH ACCIDtl- • ❑ OWNED PROPERTY DAMAGE S • nn❑ HIRED o IJ NON-OWNED BODILY INJURY MOTORCARRIERACT AND PROPERTY DANAGECOMEINED S . EXCESS LIABILITY OODILY INJURY Including: AND PROPERTY DAMAGCLOMBINED S • ElEMPLDYERS LIABILITY . WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY • Including. EL $ CEACH �I ACCIDENT) W LONtAOR WORKER ArvD . HARBOR WORKERS • OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS • The undcr19nod ca-Hes Nat he or she is tho representative of the above-nerved m-yranco companies,Nat he orshe has the authority to execute and Kauc this ccrtdicate to Ced,f,;ate Holder,and aeeardingly,doe.hereby cortlfy on behalf of said insurance epmpanles that pollees eI,nsomnce listed above nave been is;wd to the insured • named obwo and are In force al 111,brae. NbMall—tending any reaulremenl,term,or candibpn of any contract or other document wlth respect to whmh this cedlFrate may be Issued Of may pertain,the Insurance afforded by the paticics described herein Is subject to at the terms exclusions,and oendilipnc of such policies. Copses of the Fdicncs shown will be fumrvhud to the Certificate Holder upon requesl. This Cenipcole doe-.not amoral,extend,or alter the corerage alfordcd by the policies listed. • Cancellation:Should any OF the above described polices bu sancollod before the erprcadon dole thereof,the Issuing company vnll mall 30 days written notice to the below- named cenirime,holder' • • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • DY • —r-nonurursmrrncor wuw,m,.......,cnuw,mrwwrc,uoe • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CERTIFICATE OF INSURANCE CITY PROJECT NO.08-28 AGREEMENT AND BONDS-PAGE 9 • February 1,2010 • • • • • • • • • • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II -- SPECIAL PROVISIONS • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 • 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 • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY PART II—SPECIAL PROVISIONS CITY PROJECT NO.M28 GENERAL CONTENTS-PAGE 1 • February 1,2010 • i • • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • i SPECIAL PROVISIONS • • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 08-28 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"), 2009 i Edition, including all current supplements, addenda, and revisions thereof, these Special 0 Provisions, and the Standard Plans identified in the Appendix, insofar as the same may i apply to, and be in accordance with, the following Special Provisions. • In case of conflict between the Standard Specifications for Public Works Construction i ("Greenbook") and these Special Provisions, the Special Provisions shall take i 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 i paragraph. • . i 1-2 LEGAL ADDRESS • 1-2.1 Legal Address of the City. - The official address of the City shall be City of • Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. • 1-2.2 Legal Address of the Engineer. -The official address of the Engineer shall be • the Director of Public Works/City Engineer, City of Palm Springs, Engineering i 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 i address of the City's designated Project Representative shall be the Street Maintenance • Manager, City of Palm Springs, Public Works and Engineering Department, 3200 E. • 200812009&2009/2010 ANNUAL ASPHALT OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS i CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 i February 1,2010 0 i A • 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 i 1-3.1 Definitions and Terms. Wherever in the Standard Specifications the A 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 63069.85, 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) i Lincoln's Birthday (February 12) . PresMent's Day (Third Monday in February) Memorial Day (Last Monday in May) • Independence Day(July 4) Labor Day(First Monday in September) i 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 (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. . 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 • FebM2ry-1.2010 - • • • • • • • (b) Days on which the Contractor is prevented by inclement weather or conditions • resulting immediately therefrom adverse to the current controlling operation or • operations, as deterrnined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or • operations for at least 60 percent of the total daily time being currently spent on • the controlling operation or operations. • - END OF SECTION - • • • • • i • • A • • A • • • • A • i i • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS • CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 February 1,2010 • • • • • • SECTION 2-- SCOPE AND CONTROL-OF WORK • • 2-1 GENERAL • Particular attention is directed to the provisions of Section 6-1, "Construction Schedule • and Commencement of Work," Section 6 7, 'Time of Completion," and Section 6-9, * "Liquidated Damages" of the Standard Specifications. After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working • days after the date specified in said Notice to Proceed. • • Said Work shall be diligently prosecuted to completion before the expiration of: • 40 WORKING DAYS • • from the date specified in the Notice to Proceed issued by the City. Said time of • completion does not include time associated with ordering long lead-time items. Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements • associated with ordering long lead-time items. • • In the event one or more Bid Schedules are 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 all of the Bid Schedules awarded, up to • the maximum contract time allowed of 40 working days. • The Work identified in Bid Schedule A shall be diligently prosecuted to completion • before the expiration of: • 10 WORKING DAYS • from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: • 10 WORKING DAYS • from the date specified in the Notice to Proceed from the City. • The Work identified in Bid Schedule C shall be diligently prosecuted to completion • before the expiration of: • 5 WORKING DAYS • from the date specified in the Notice to Proceed from the City- The Work identified in Bid Schedule D shall be diligently prosecuted to completion • before the expiration of: • 5 WORKING DAYS • from the date specified in the Notice to Proceed from the City. • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK • CITY PROJECT NO-08-28 SPECIAL PROVISIONS-SECTION 2-PAGE 1 - Febmary 1,2010 • • • • • The Work identified in Bid Schedule E shall be diligently prosecuted to completion • before the expiration of: • 10,WORKING DAYS • from the date specified in the 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 day's • delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS • 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION • The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all • of the terms and conditions of the Contract Documents, and'shall obtain a • written acknowledgement by the Bonding Company that said -Bonding • Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased • or increased Work, or of cancellation of the Contract, or of any other act • or acts by the City or any of its authorized representatives." • 2-2.2 EXECUTION OF BONDS • • Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted-surety insurer; or(c) a combination of sufficient personal sureties . and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the • bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure • Section 995,510 shall be met to the satisfaction of the City Engineer, • 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 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 2-PAGE 2 • February 1,2010 • • i 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 govem over Contract Drawings 4. Contract Drawings govern over Standard Drawings- 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: - "2-7.1 Limited Reliance. by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE • NOT CONTRACT DOCUMENTS. The Contractor may rely upon the . general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the r Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1, Completeness. - The completeness of such reports and • drawings for Contractor's purposes, including, but not limited to, any i 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." 275 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 • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK • CITY PROJECT NO.08-28- SPECIAL PROVISIONS-SECTION 2-PAGE 3 February 1,2010 - • • • 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 • SPECIAL NOTE: The work is located along major streets located along Tract boundaries and Section lines- There are many existing survey monuments along the centerline of these streets. The Contractor will be required to ensure that all existing • survey monuments to be disturbed (i.e, covered with asphalt concrete overlay) are • surveyed, re-established; re set, and comer records filed with Riverside County as • required by law. Existing survey monuments protected by a monument well, frame and cover shall be protected in place and the existing monument frame and cover adjusted • to grade. Existing survey monuments set into the existing asphalt concrete surface (i.e. • tag and nail) shall be replaced as, necessary to re-establish the survey monument • control after installation of the asphalt concrete overlay. • It shall be the Contractor's responsibility to protect all the existing survey monuments, • bench marks, surrey marks and stakes. Removal of such monuments, or displacement • thereof, shall require their resetting per City requirements, including-corner record filing, • for the existing type of monument in question at the Contractor's expense: • Any existing monument shall not be disturbed. The Contractor shall maintain a survey • location check on the monument without cost to the City.The Contractor is advised that • any resetting of monuments will be the responsibility of the Contractor, to be reset by a • California licensed Land Surveyor- Should the Contractor anticipate the removal of any survey monuments, It shall notify the Engineer prior to removal. The Contractor shall be • financially responsible for reinstalling existing or installing new monument wells, after • resetting of any disturbed survey monument. • 2-7 AUTHORITY OF THE ENGINEER • • The Engineer will decide all conflicts which may arise- as to (1) the quality or • acceptability of the materials or equipment furnished, (2) the performance of the Work, • (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the • Contract on the part of the Contractor, and (6) compensation of the Contractor. The • Engineer's decision shall be final, and he shall have the authority to enforce and make • effective such decisions and orders which the Contractor may fail to carry out promptly. • 2-8 INSPECTION • The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility 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. • • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 2-PAGE a • February 1,2010 • 0 • • • When the Work is substantially completed, a representative of the Engineer will make the final inspection. • • 2-9 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself conceming 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 - • • • • • • • • • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 SCOPE AND CONTROL - WORK February 1,2010 SPECIAL PROVISIONS-SECTION 2-PAGE 5 • • • SECTION 3 -- CHANGES IN WORK • 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced • in subparagraph 3-3.2-3 of the 2006 edition shall be deleted in its entirety and the following substituted: 3 2 PAYMENT • 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to • read as follows: • (a) Work by Contractor. The following percentages shall be added to the • Contractor's costs and shall constitute the markup for all overhead and profit. • • 1) Labor 24 percent(includes bonding) • 2) Materials 15 percent 3) Equipment rental 15 percent • 4) Other items and expenditures 15 percent • 5) Subcontracts (1 st tier only) 5 percent • 6) Lower tier subcontractors none • To the sum of the costs and markups provided for in this subsection, except for • labor, one percent shall be added as compensation for bonding. 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 providedin Section 3-3.2 of the Standard Specifications, 2008/2009 amended 291 ANNUAL ASPHALT OVERLArovisions. • CITY PROJECT NO.08.28 .. __ SPECIAL PROVISIONS-SECTION 3I PAGE 1 . February 1,2010 • • • • Such adjustment of the Contract Unit Price will be the difference between the • Contract Unit Price and the actual unit cost, which will be determined as • hereinafter provided, of the total pay quantity of the item. If the costs applicable • to such-item of work include fixed costs, such fixed costs shall be deemed to . have been recovered by the Contractor by the payments made for 125 percent of the Engineers Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such • actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed to by the Contractor and the City. • When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineers Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the-right to • make no adjustment in said price if he so elects, except that an adjustment will • 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 i 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 price will be the difference between the contract unit price and the actual unit cost, which will- be-determined as • hereinafter provided,of the total, pay quantity of:the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as • if the work were to be paid for as extra work as provided in Section 3-3.2 of the • Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed to by the Contractor and the City. • 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. 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CHANGES IN WORK CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 3-PAGE 2 • February 1.2010 • • • i 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 - • • • • • • • • i • • • • i i 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CHANGES IN WORK • CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 3-PAGE 3 . Febmary 1,2010 0 • SECTION 4-- CONTROL OF MATERIALS • 4-1 TRADE NAMES OR EQUALS • • 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: • Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be . followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. • Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands . named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally • specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal' item shall be not more than 20 • days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request • approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall ! include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed • substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications • are for reference only and do not constitute an endorsement of same by the Engineer or the City. • 4.2 MATERIALS • 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid • Schedule. • 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead • supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The • Contractor shall furnish the Engineer with a statement from the vendor(s) that the order(s)for said supplies, materials, and equipment has been received and accepted by • said vendors)within 15 working days from the date of said award of Contract. • - END OF SECTION - • • • • • 200812009&2009/2010 ANNUAL ASPHALT OVERLAY CONTROL OF MATERIALS CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 4-PAGE 1 February 1,2010 • • • i • 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: i "In any contract to which a public agency as defined in Section 4401 is a party, • the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or • trunk-line utility facilities located on the site of any construction project that is a • subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency . will compensate the contractor for the costs Of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled • during such work. The contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner Of the utility to provide for removal or relocation of such utility facilities, Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or.appurtenances whenever the presence • of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, • on or adjacent to the site of the construction; provided, however, nothing herein • shall relieve the public agency from identifying main or trunk-lines in the plans and specifications. If the contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he shall i 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." i (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions i shall be added to the end of Section 5-5 of the Standard Specifications: • • "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. • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY UTILITIES . CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 5-PAGE 1 February 1,2010 • • • i The public utility, where they are the owner, shall have the sole discretion to perform repairs'or relocation work, or permit the Contractor • to do such repairs or relocation work at a reasonable price." 5-2 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. The Contractor shall notify Underground Service Alert.at.1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially • existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. • • The Contractor shall be responsible for coordinating its- work with all utility • companies during the construction of the Work. • All Southern California Edison vaults, Verizon vaults, Southern California Gas • Company valves, and other subsurface structures shall be protected by the Contractor • as specified in the Special Provisions. • - END OF SECTION - • • • • • • • 0 • i i • • • i • • • • i 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY UTILITIES • CITY PROJECT NO-08.28 SPECIAL PROVISIONS-SECTION 5-PAGE 2 • February 1,2010 i 0 • • • • • SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK • 6-1 LIQUIDATED DAMAGES • Amount. - The amount of liquidated damages as specified in Section 6-9 of the • Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIMES OF OPERATION • Hours of Operation. - It shall be unlawful for any person to operate, permit,-use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Thursday, with no work allowed on City-observed holidays, • unless otherwise approved by the Engineer: • 1. Powered Vehicles 2. Construction Equipment . 3. Loading and Unloading Vehicles . 4. Domestic Power Tools • 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The • following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: S 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 • 2008/2009&200912010-ANNUAL ASPHALT OVERLAY PROSECUTION,PROGRESS, • CITY PROJECT NO.08.28 AND ACCEPTANCE THE WORK SPECIAL PROVISIONS-SECTION 6-PAGE 1 February 1,2010 O • • • • 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- i contractors, their owners, officers, and superintendents, shall be filed with the Engineer • at the Pre-Construction Conference. • - END OF SECTION - • • • i • • • • • r r • • r I, • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY PROSECUTION,PROGRESS, • CITY PROJECT NO.08-28 AND ACCEPTANCE THE WORK February 1,2010 SPECIAL PROVISIONS-SECTIOON 6-PAGE 2 • • SECTION 7-- RESPONSIBILITIES or 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 & 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. • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 7-PAGE 1 Febmary 1,2010 • • • • 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to • employment of apprentices on public works. 7-5 Unpaid Claims. - It, 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 Fngineer 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. 2008/2009&2009l2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08.28 SPECIAL PROVISIONS-SECTION 7-PAGE 2 • Febmary 1.2010 • i • • 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 i may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline-of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. • 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll • record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages • paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-10, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1. A .certified copy of an employee's payroll record shall be- made available for inspection, or furnished to the employee, or his or her authorized representative on request. • . 2. - A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the • body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. • 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the • body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7.10, paragraph 2, herein, the requesting party shall, prior to. being provided the records, reimburse the costs of . 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 7-PAGE 3 . February 1,2010 • • • preparation by the Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. • The Contractor and each subcontractor shall file a certified -copy of the records, enumerated in paragraph one.of Jhis Section 7-8, herein, with the entity that requested the records within 10 days after receipt of a written request. • • Any copy of records made available for inspection as copies, and furnished upon • request to the public or any public agency by the awarding body, the Division Of • Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number, The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. • The Contractor shall inform the body awarding the Contract of the location of the • records enumerated under said Section 7-8, paragraph one, herein, including the street address, city and county, and-shall, within 5 working days, provide a notice of any • change of location and address. I • 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 specif7ing 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. �f; 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 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR" CITY PROJECT NO.A8-28 SPECIAL PROVISIONS-SECTION 7-PACE 4 • Febmary 1,2010 • • • • satisfactory payrolls shall be -in addition to all other retentions provided for in the • Contract. The retention for failure to submit payrolls for any monthly period will be • released for payment on the monthly estimate for partial payments next following the • date that all the satisfactory payrolls for which the retention was made are submitted. • 7-9 INSURANCE • • The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard • Specifications, shall provide coverage for not less that-the following amounts, or greater where required by laws and regulations: • • INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers. shall • procure and maintain, at their own cost and expense for the duration of their contract • with the City, appropriate insurance against claims for injuries to persons or damages to • property which may arise from or in connection with the performance of the work or • services. The types of insurance required and .the coverage amounts are specified below: • • A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party • claims which may arise out of work or presence of a contractor, vendor and • service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • include products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. • • 2. Automobile Liability Insurance is required only when vehicles are used by a • contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with 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 • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08.28 SPECIAL PROVISIONS-SECTION 7-PAGE 5 February 1,2010 • during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form available from the City's Risk Manager. At a minimum, this policy shall: • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. • B. Minimum Limits of Insurance Coverage Require $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 Covera e All individuals, Contractors, agencies, and organizations conducting business for the City shall provide proof of insurance by submitting one of the following: (1) an • approved General and/or Auto- Liability Endorsement Form for the City-of Palm S rD inps or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as it relates to a specific contract" or "for any and all work � performed with the City" may be included in this statement). 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. S 2008/2009&200912010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 7-PAGE 6 February 1,2010 • • • • As an alternative to the non-contributory endorsement, the City will accept a • waiver of subrogation endorsement on the General Liability policy. At a minimum, • this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under • the terms of this policy which arise from the work performed by the named insured for the City." 3. "The insurance afforded by this policy shall not be cancelled except after thirty • days prior written notice by certified mail return receipt requested has been given • to the City." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its • agents or representative" is not acceptable-and- must--be- crossed out. See Example B below. The Workers' Compensation and Employer's Liability policies shall contain waiver of . subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. • All certificates and endorsements are to be received and approved by the City • before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agentibroker • or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractors obligation to provide them. • E. Acceptable Alternatives to Insurance Industry Certificates of Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) 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 • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 7-PAGE 7 February 1,2010 • • 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. Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER 'WILL F=nlnF=A no -0 MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE 'HOLDER NAMED HEREIN BUT CA11 "RF= TO A4II CI IGH NOTI!'C S AI 1 IA.APQRF= NO OR IGATVIAI OR . 11,4011 ITV OP ANY IIINP I11201SI T4C INS RIER ITS AQF=NTQ OR R Cbo CC CIJT A T_A ICC ' `The broker/agent can include a qualifier stating. '10 days notice for nonpayment of premium." Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES - • THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. 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. 2008/2000&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OP THE CONTRACTOR CITY PROJECT NO.08-28 .SPECIAL PROVISIONS-SECTION 7-PAGE 8 • February 1,2010 i • • • • 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.2sl)arta.com. Type of work covered: A. Personal services contracts; B. General contractors and their subcontractors (certain specialty trades excluded); • C. Consultants; and • D. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the . insurance requirements apply to you (e.g., you do not have employees and are not subject to the State workers' compensation insurance requirements; you do not • drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the • type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your • request to the Risk Manager. All requests for waiver or modification will be reviewed • and a final determination rendered by the Risk Manager. 7-10 PERMITS • 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a • current City business license issued by the City prior to commencement of the Work, in • accordance -with Title 3 of the City's Municipal Code. The Contractor shall obtain a . Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License • Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. . All other provisions of Section 7-5 of the Standard Specifications shall remain in force. • 7-10.2 City of Palm Springs Construction Permit. The Contractor shall be required • to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be • obtained from the office of the Engineer. • 7-10.3 Caltrans Encroachment Permit — The Contractor is required to obtain an Encroachment Permit from the California Department of Transportation (Caltrans) for all • work affecting traffic signals on State Route 111. Specifically, the grinding of asphalt concrete pavement on Indian Canyon Drive at Vista Chino (SR 111), and on Racquet • Club Road at N. Palm Canyon Drive (SR 111) will affect existing vehicle detection loops • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08.28 - SPECIAL PROVISIONS-SECTION 7-PAGE 9 Febmary 1,2010 • • at the adjacent SR 111 Caltrans intersections. Coordination with Caltrans with traffic signal timing, and replacement of existing vehicle detection loops will be required. The Contractor shall be required to replace all existing vehicle detection loops pursuant to Caltrans requirements within 3 working days following the grinding operations, or as required by Caltrans. ' . The City will apply for a Caltrans Encroachment Permit, and the Contractor shall obtain a duplicate permit from Caltrans prior to start of construction. The Contractor will be required to pay Caltrans the Encroachment Permit fee deposit plus any additional fees or expenses in connection therewith. It is the Contractor's responsibility to comply with . all the conditions of the Caltrans Encroachment Permit. The Contractor shall include in its Bid the allowance of $5,000 for the Caltrans Encroachment Permit fee, which shall be considered as included in the lump sum price • paid for Mobilization. In the event the actual Caltrans Encroachment Permit fee is less than $5,000 the City shall be credited the difference by Contract-Change Order; in the event the actual Caltrans Encroachment Permit fee is more than$5,000 the Contractor Shall be credited the difference by Contract Change Order. - • 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 i Section 7-12 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. 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 shalll 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 therefore. 7-12 DUST CONTROL The Contractor shall be responsible for maintaining the project site and providing adoguate dust control 24 hours a day, everyday, through the duration-of the pro lect, in conformance with City requirements, Section 7-8 of the Standard • Specifications, and to the satisfaction of the City Engineer- The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. • - END OF SECTION - 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT N0,08.28 SPECIAL PROVISIONS-SECTION 7-PAGE 10 February 1,2010 . i • • • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • • • (BLANK) • • - END OF SECTION - • • • • • • • i • • • • • • • i • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY FACILITIES FOR AGENCY PERSONNEL • CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 8-PAGE 1 February 1.2010 • • • • SECTION 9 - MEASUREMENT AND PAYMENT • . 9-1 GENERAL • 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further specified • herein, shall include all compensation to be received by the Contractor for furnishing all • tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and • Payment in the Standard Specifications and these Special Provisions, and as shown on • the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and • Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA). • • No separate payment will be made for any item that is not specifically set forth in the • Bid Sheet(s), and all costs shall be included in the prices named in the Bid Sheet(s) for • the various appurtenant items of work. • 9-1.2 Partial and Final Payments. - Acceptance of any progress payment - • accompanying any estimate without written protest shall be an acknowledgement by the • Contractor that the number of accumulated contract days shown on the associated statement of working days is correct- Progress payments made by the City to the • Contractor after the completion date. of the Contract shall not constitute a waiver of • liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent • retention will be withheld from each payment, All invoices and detailed pay requests • shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. Payments shall be processed in accordance with Section 9-3 "Payment" of the • Greenbook Standard Specifications for Public Works Construction, provided, however, that the Contractor shall make an approximate measurement of the work performed • prior to the closure date of each month to serve as the basis of an invoice for making monthly payments. The closure date shall be established as the last day of the month • in which work is performed. The Engineer shall review the Contractor's monthly measurement of the work, and shall either reject or approve the measurements. If . rejected, the Contractor shall revise the monthly measurement of work according to the • Engineer's measurements, and resubmit-far-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 invoice. Note, payment is processed within 30 days of the Engineer's approval of the Contractor's invoice, and not • within 30 days of the date the Contractor's invoice was originally received for . review. Payments shall not be made more frequently than once per month_ • The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY MEASUREMENT AND PAYMENT i CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 9-PAGE 1 February 1,2010 • • • • 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 therefore: • At the expiration of 35 days after acceptance of the .Work by the City, 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 • based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 10 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in • the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which_will be approved for payment under the • Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other . construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: • I • 1. Moving onto the site of all Contractor's plant and equipment required for the first • month's operations. • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY MPASUREMENT AND PAYMENT i CITY PROJECT NO.08-28 SPECIAL PROVISIONS-SECTION 9-PAGE 2 February 1,2010 • • • • 2. Providing on-site sanitary facilities and potable water facilities, as specified per • Paragraph 7-8.4, "Sanitation" of the Standard Specifications. 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds . required for the temporary storage of any products, equipment, or materials that • have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and • safety on and about the site of the Work. 4. Arranging for, and erection of, the Contractor's construction and storage yard per • Section 7 10, "Public Convenience and Safety." • 5. Obtaining and paying for all required bonds, insurance, and permits. • 8. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. • 7. Having the Contractor's superintendent at the job site full-time. • 8. Submitting of the required Construction Schedule, as specified in the Section • 6-1, "Construction Schedule and Commencement of Work" of the Standard • Specifications. • In addition to the requirements specified above, all submittals shall conform to the • applicable requirements of Section 2 5.3, "Submittals" of the Standard Specifications. • No payment for any of the listed Initial Mobilization Work items will be made until all of • the listed items have been completed to the satisfaction of the Engineer. • The aforementioned amount will be retained by the City as the agreed, estimated value * of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the • retention of any payment pursuant to the provisions of Public Contract Code 22300. • • - END OF SECTION - • • • • • • • • • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY MEASUREMENT AND PAYMENT • CITY PROJECT N0,08-28 SPECIAL PROVISIONS-SECTION 9-PAGE 3 February 1,2010 • • • • • • SECTION 10 -- CONSTRUCTION DETAILS • • 10-1 GENERAL 10-1.1 Location of the Work • The asphalt concrete-overlay work is located in Palm Springs, on the following streets: • - Indian Canyon Drive from Vista Chino to San Rafael Drive - Racquet Club Road from Palm Canyon Drive to Aurora Drive • - Baristo Road at Farrell Drive - Indian Canyon Drive-(west half)from 500 feet north of 20rh Avenue to 19�' Avenue . - Various local residential streets, as listed herein below and in the Appendix: Street: _ From. . To: _ • Paseo El Mirador Avenida Caballeros Pasatiempo Road.-.— Paseo El Mirador Pasatiempo Road Linda Vista Road_ • Paseo El Mirador Linda Vista Road Paseo De Anza „ . Julian Road „ W Juanita Road _ Farrell Drive ^ Livmor Avenue Farrell Drive 40' West_Of Civic Dr. • Morsun Circle Livmor Avenue N End • Easemor Circle LivmorAvenue N End • Plaimor Avenue Easmorircle _C _ Airlane Drive - • Airlane Drive Plaimor Circle Limor Avenue _ Airlane Drive Livmor Avenue Andreas Road • S bil Road Livmor Avenue Plaimor Avenue • Louella Road Livmor Avenue Andreas Road • Desert Palms Drive Saturmino Drive Sunrise Way • Saturmino Road Alejo Road- _ _ Desert Palms Saturmino Road Amado Road-­­ oad _ Andreas Road • Saturmino Road Andreas Road Tahquitz Caanvon W� • Cerritos Drive Tahquitz Canyon Wa Andreas Road • 10-1.2 RECORD DRAWINGS • • The Contractor shall keep a complete set of record drawings at the job site. The • Construction Plans shall be legibly marked showing each actual item of record • construction including: • 1. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 2. Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify-the Construction Plans. • • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONSTRUCTION DETAILS • Febmary 1:2010 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • • • • • The Contractor shall maintain all record information daily and make this information • available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. • 10-2 TRAFFIC CONTROL • 10-2.1 Maintaining Traffic. -Attention is directed to Sections 7-10, "Public Convenience • and Safety," of the Standard Specifications. • • 10-2.2 Field Operations. — The Engineer retains the authority to initiate field changes in • traffic control to ensure public safety,and minimize traffic disruptions. The Contractor shall • maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices • were originally included .in the Contract or were added at the discretion of the Engineer. • All traffic control devices shall be removed from view and non-operational when not in ` use. 10-2.3 Construction Signing, Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or • as directed by the City Engineer. As a minimum, all construction signing, lighting and • barricading shall be in accordance with Part 6 "Temporary Traffic Control" of the California Manual on Uniform Traffic Control Devices (MUTCD) for Streets and • Highways (FHWIA'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: hfp://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/pdf/camutcd/CAMUTCD-Part6.pdf. • All signs, barricades and other temporary traffic control devices required for the work shall be indicated on and be an integral part of the Traffic-Control Plan submitted to and approved by the City Engineer. • • 10-2A Temporary No Parking Signs. - Temporary No Parking signs shall be posted at • least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor' shall provide the signs and will be responsible for • adding the dates and hours of closure to the signs. Removal of signs and furnishing and • placing of barricades, if necessary, for posting of signs will be provided. All signs shall be • removed within 24 hours after the effective date. • 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the • 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. • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.M28 CONSTRUCTION DETAILS • February 1,2010 - SPECIAL PROVISIONS,SECTION 10-PAGE 2 • • • • 10-2.6 Traffic Disruptions. -- For all road closures, road detours, lane closures, and all • night operations, the Contractor shall obtain written approval from the Engineer a • minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. • • All work done on major and secondary thoroughfares shall utilize solar Powered flashing • arrow boards, and all signs shall remain in place during nighttime hours. • 10-2.7 Traffic Signal Operations. - The Contractor shall not modify existing traffic signal i timing. The Contractor shall notify the City 2 working days in advance of any lane closures • or detector loop removals so that the City can modify the signal timing appropriately. • 10-2.8 Travel Lanes. - In public streets, during working hours, the Contractor shall • maintain not less than one lane of traffic open in each direction at all times. At night and • during nonworking hours, the Contractor shall leave the work site in a safe condition and • allow for the full use of all lanes of traffic. • Flaggers shall be utilized to ensure the safe flow of traffic at intersections and-businesses • that may be affected. 10-2.9 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the • Special Provisions, or as directed by the Engineer. • • 10-2.10 Traffic Access and Control. - The Contractor shall provide and maintain all • necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with • signs prior to the commencement of the Work. All traffic restrictions listed herein shall • supplement any other traffic control requirements of the City, and are not intended to • replace any part of these requirements. - • 10-2.11 . Parking and Access. - Access shall be maintained to all driveways within the • construction zone, unless other prior arrangements have been made with the Engineer • and the affected property owner. • 10-2.12 Pedestrians. - The Contractor shall erect signs and barricades to direct • pedestrians through or around the construction zone. These signs and barricades shall • be an integral part of the Contract, and shall be included as part of the Bid Item for traffic • Control in the Bid Schedule, and no additional compensation will be allowed therefore. • 10-2.13 Public Safety During-Non-Working Hours. - Notwithstanding the Contractor's • primary responsibility for safety at the site of the Work when the Contractor is not present, • the Engineer, at his option, after attempting to contact the Contractor, may direct City • forces to perform any functions he may deem necessary to ensure public.safety at or in • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY - CITY PROJECT NO.08-28 CONSTRUCTION DETAILS • February 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • • i the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. i 10-2.14 Measurement and Payment - Measurement for payment for traffic control will i be based upon the completion of all planning, design, engineering, furnishing, and i construction; and maintenance and removal, of all traffic control as a lump sum item, i complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions.' Payment for traffic control shall be made at the lump sum price Bid for "Traffic Control", ; arid no additional comipensation shall be allowed therefore. i 10-3 COLD MILLING 10-3.1 General. All cold milling shall be performed in accordance with Section 302-5.2 of the Standard Specifications. 10-3.2 Variable Thickness Cold Milling (Header Cut). - Edges of the area to be paved i shall be cold milled in a triangular cross-section to a maximum depth of 11/2 inches, per a the header cut detail on the plans. The Contractor's attention is directed to the fact that in • some areas, the asphalt concrete has been built up above the gutter lip more than 1/a inch. i 10-3.3 Detector Loop Replacement. —Traffic signal detector loops shall be replaced in accordance with Section 10-9 of these Special Provisions and shall be replaced within 72 hours after rendered non-operative by the cold milling operation. Prior to cold milling pavement where-detector loops are,located, the Contractor shall coordinate with the City Engineer to adjust the traffic signal Operation. For work affecting Caltrans (SR 111) traffic ! signals, the Contractor shall coordinate with Caltrans prior to cold milling pavement that i will affect Caltrans-traffic signals. i 10-3.4 Temporary Transition Ramps. -Where cold milling is done normal to traffic, the i header cuts shall be tilled with temporary asphalt concrete or asphalt concrete grindings i to form a 'ramp in the header cut at least 5 feet wide, after the cold milling, before the street is opened to traffic. This temporary ramp shall be removed prior to placement of i the overlay. 10-3.5 Disposal Site. -The Contractor shall specify the route and the disposal site of the material which is required to be removed and, hauled away. The Contractor shall provide -this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property Owner's approval. 10-3.6 Payment - Payment for variable thickness cold milling of asphalt concrete pavement, shall be made at the unit prices bid per square foot for "Cold Mill Existing A.C. Pavement" in the Bid Schedules. Payment for variable thickness cold milling of asphalt i concrete pavement shall include cold milling- to a depth of 1% inches below the lip of i gutter regardless of the thickness of asphalt concrete actually cold milled, and additional i 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONSTRUCTION DETAILS i February 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • • • compensation shall not be allowed for areas where asphalt concrete pavement has been built up above the gutter lip. The prices bid shall include full compensation for all labor, • equipment, tools, and incidentals needed to complete the work in place, including provision of necessary materials, and placement and removal of temporary asphalt • concrete pavement, and no additional payment will be allowed therefore. • 10-4 CRACK SEALING • • 10-4.1 Description -The work shall consist of the preparation of cracks and placement of • hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than W in width but less than 1°%" in width prior to routing. • Cracks 1'h" and wider shall be cleaned and filled with asphalt concrete material in • accordance with Section 10-5 "Crackfilling". The Contractor will be required to • thoroughly complete preparation of all cracks at least1l/d' in width no matter the number of . or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer; prior to scheduling installation of pavement reinforcing fabric • and construction of asphalt concrete overlay. • • 10-4.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a • location approved by the Engineer. Defective or damaged materials shall be replaced by • the Contractor at no expense to the City. 10-4.3 Materials - Asphalt-vulcanized rubber crack sealant material-for pavement cracks greater than °°/d', but less than 1'Y2" in width, shall be CrafcoTm PolyFlex Type 3 sealant or approved equal and shall conform to the following requirements. • ! 1. Asphalt shall be type PG 70-10-conforming to the provisions of Section 203 of the Standard Specifications. • 2. Sealant material when heated in accordance with ASTM D5078 shall have the • following characteristics: • Test Limits Cone Penetration (ASTM D5329) 20 —40 . Resilience (ASTM D5329) 30% Min. Softening Point (ASTM D36) 2100 F Min. • Ductility, 770 F (ASTM D113) 30 cm Min. Flexibility (ASTM D3111 Modified) Pass at 368 F - • Flow 1400 F (ASTM D5329) 3 mm Max • Asphalt Compatibility (ASTM D5329) Pass Bitumen Content (ASTM D4) 60% Min. • Tensile Adhesion (ASTM D5329) 400% Min. Safe Heating Temperature 4000 F . Recommended Pour Temperatures 380Q F Unit Weight at 60' F 10.0 lbs./gal. • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO-08.28 CONSTRUCTION DETAILS February 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 5 • • • • 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. 4. The material will be packaged in approximately 60 lb. boxes with a polyethylene liner. The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be • covered with a weather resistant covering. 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of compliance with these specifications from the manufacturer, The Contractor shall submit the manufacturer's material certification for the asphalt sealant to the Engineer for review and approval at least fourteen (14) days prior to commencing any work. Crack sealant material for pavement cracks greater than 1'Y2" in width shall be type E asphalt concrete in accordance with Section 203-6 of the Standard Specifications. Cracks 1'/2" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-5 "Crackfilling". 10-4.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be CrafCOT" Model BC-220 or approved equal of current manufacturer. a The joint and crack routing and cleaning machine shall be Crafco"M Model 200 or . approved equal of current manufacturer- • The joint cleaner attachment shall be CrafcoT"^ Model 110 or approved equal of current manufacturer. 1045 Preparation of Cracks - All cracks to be sealed shall be routed, swept, and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack, 10-4.5.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at least two (2) days before sealant application if weeds or other plant material are present in the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-4.5.2 Routing — All cracks between '/4" and 1%" in width prior to routing shall have a a routed reservoir created with -a rotary impact router, The- completed reservoir shall comply with the following dimensions: 1. The router shall remove at least 1/8" from each side of the crack and cut back to sound pavement. 2. The minimum reservoir width is %', and the maximum width is 1'/2"- 3. The reservoir depth shall be a/"- 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO,08-28 CONSTRUCTION DETAILS • February 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 6 • i i i i 10-4.5.3 Crack Cleaning and Drying — The crack and routed reservoir shall be cleaned i and dried by making two (2) passes along the crack with a flame-free hot compressed air i lance Capable of delivering hot air at 3000°F and 3,000f/s. Care shall be taken to avoid i 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 i manifested by a slightly darkened color; burning is apparent by a black color and a very i gritty texture. i The second pass should completely remove all the dislodged crack particles from the i roadway and shoulder. i i 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 i condensation in the crack channel. i i 10-4.5.4 Construction - The asphalt rubber sealant material shall be applied immediately following the heat lance operation that cleans and dries the crack and routed reservoir. i The sealant applicator should stay within 50 yards of the heat lance during its second i pass, and in no event shall the sealant be placed more than five (5) minutes after the i crack has been heated by the heat lance. i The sealant material shall be melted in a jacketed double boilertype melting unit, which is ! equipped with both agitation and re-circulation systems, and applied at temperature of i 3800 F, using a pressure feed wand application system. i Joints and cracks shall be sealed from-the. bottom up and sealant material shall be i applied so it is flush with the existing pavement surface. Care shall be taken to avoid i spillage and runover onto the surface of the pavement. The surface of pavement shall be i immediately squeegeed smooth after the cracks have been filled. Traffic shall not be i allowed on the material until it has been sanded to prevent tracking. i In addition to these specifications, the crack preparation and application of crack sealant i material shall be in accordance with the manufacturer's recommendations or as outlined i 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. i 10-4.7 Measurement and Payment - Payment for preparation of cracks and application i of weed killer and asphalt-rubber sealant shall be considered as included in the unit bid . item price per square foot for construction of 1'/z"' asphalt concrete overlay, and shall represent full compensation for furnishing all labor, materials, tools, equipment and i incidentals to accomplish the work as specified herein, and no additional compensation i will be allowed therefore. i i i 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONSTRUCTION DETAILS February 1,2010 __ SPECIAL PROVISIONS-SECTION 10-PAGE 7 i 0 • • 10-5 CRACKFILLING 10-5.1 Description - The work shall consist of the preparation of cracks and placing of • asphalt concrete material in all transverse, longitudinal and block pavement cracks • greater than 1'/2" -in width. The Contractor will be required to thoroughly complete • _preparation of all cracks at least W in width no matter the number Of or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling slurry seal. • • 10-5.2 Material - Crack filling material for pavement cracks greater than I W in width shall • be type E asphalt concrete in accordance with Section 203-6 of the Standard , Specifications. • 10-5.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned • with two passes of hot compressed air to remove dust, moisture and foreign material for a • minimum of 6 inches on each side of the crack. • 10-5.3.1 Weed Killer -All cracks and joints shall be treated with an approved weed killer • at least two (2) days before sealant application if weeds or other plant material are • present in the pavement cracks. The Contractor shall apply weed killer to all plant . material prior to their removal, according to the manufacturer's specifications. • 10-5.3.2 Crack Cleaning and Drying —The crack shall be cleaned and dried by making • two (2) passes along the crack with a flame-free hot compressed air lance capable of • delivering hot air at 31000OF and 3,000f/s. Care shall be taken to avoid overheating the • pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not burn, the crack sidewalls. The heat lance should be • held approximately 2 inches above the crack channel. Proper heating is manifested by a slightly darkened color; burning is,apparent by a black color and a very gritty texture. • The second pass should completely remove all the dislodged crack particles from the • roadway and shoulder. • The hot airblasting operation shall be conducted immediately prior to the sealing operation to_limit the,amount of dust and debris blown into the cleaned crack channel, maximize crack warmth, and minimize the potential for formulation of moisture • condensation in the crack channel, • 10-5A Asphalt Concrete Placement- Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough • placement of asphalt concrete without segregation and voids, and achieves required • density and compaction. • 10-5.5 Payment - Payment for preparation of cracks and installation of Type F AR 4000 asphalt concrete (pavement shall be considered as included in the unit bid item price per • square foot for construction of 1'/2" asphalt concrete overlay, and shall represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to • 2008/2009&.2 0 0 912 01 0 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08.28 CONSTRUCTION DETAILS . February 1,2010 SPECIAL PROVISIONS-SECTION 10-PACE 8 • • • • accomplish the work as specified herein, and no additional compensation will be allowed therefore. • • 10-6 PAVEMENT FABRIC • ! 10-6.1 General — Pavement reinforcing fabric material and placement shall be in accordance with Section 213-1 and 302-7 of the Standard Specifications, and as • specified herein. • • 10-6.2 Material - The pavement fabric shall consist of a nonwoven, polypropylene geotextile material conforming to Table 213-1.1 (A) of the Standard Specifications as • modified herein below: • • Property ASTM Test Requirements • Method • Weight, oz./yd2 D 5261 44.6 Grab Tensile Strength 1 inch grip, Ibf D 4632 120 • Elongation at Break, % D 4632 50 min., 100 max. Fabric Thickness, Mils D 5199 30 to 50 • Asphalt Retention, oz./ft2 D 6140 3.7 • Grab Tensile Strength After Asphalt Saturation D 4632 200 min. . 1 inch Elongation at Break, % After Asphalt D 4632 40 min., 70 max. Saturation The Contractor shall use Mirafi MPV600 produced- by TenCate Mirafi (Contact information: TenCate Geosynthetics North America, 365 South Holland Drive, Pendergrass, Georgia 30567, Tel. 706-693-2226, www.tencate.com) or approved equal. •� 10-6.3 Placement — The surface area of all existing asphalt concrete pavement shall be prepared as specified in these special provisions prior to placement of the tack coat . and pavement fabric. All existing asphalt concrete pavement surfaces shall be cleaned, and all cracks shall be sealed or filled prior to scheduling installation of pavement fabric. • Placement of pavement fabric shall comply with Section 302-7.2 of the Standard • Specifications, as modified herein. Application of tack coat shall be made upon the . prepared asphalt concrete surface, prior to installation of the pavement fabric. Construction of the asphalt concrete overlay shall commence following installation and • seating of the pavement fabric by pneumatic rollers on the treated existing asphalt concrete pavement surface. • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONSTRUCTION DETAILS • Febmary 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • • • • The tack coat shall be PG 70-10 paving asphalt. Emulsified asphalt will not be • allowed. The tack coat shall be uniformly sprayed on the existing asphalt concrete surface with an asphalt distributor at a rate of 0.30 gallons per square yard. The • Contractor is cautioned to ensure the application rate is appropriately calibrated and that the appropriate amount of tack coat is applied evenly-throughout the surface area • of all existing asphalt concrete pavement. The application rate shall not exceed the . asphalt retention capacity (in gallons per square yard) of the pavement fabric to be installed. In the event an excessive amount of tack coat is applied, the Contractor • shall remove all new tack coat surfacing, clean all existing asphalt concrete surfaces, and reapply tack coat at the specified rate of 0.30 gallons -per square yard, not to exceed the asphalt retention capacity of the pavement fabric. • Laydown of the pavement fabric shall comply-with Section 302-7.2.3 of the Standard Specifications. N • Care shall be taken to avoid tracking tack coat onto the top surface of the pavement • fabric, and to avoid distorting or moving the fabric during seating of the fabric with • pneumatic rolling equipment. Any pavement fabric that is found to have tack coat • bleeding through to the top surface, or has been distorted or otherwise damaged during installation and seating by pneumatic rollers, shall be removed and new pavement fabric installed at the Contractor's expense. • 10-6.4 Measurement and Payment — Payment for installation of pavement fabric, including application of tack coat, shall be made at the contract unit price bid per square foot for "Install Pavement Reinforcement Fabric", which shall include full compensation • for furnishing all labor,-materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. • 10-7 ASPHALT CONCRETE OVERLAY • 10-7.1 Asphalt Concrete Overlay. Asphalt concrete shall be laid in one lift of 1'/2-inch thickness over prepared asphalt concrete surfaces, after installation and laydown of the . pavement fabric. The gradation of the asphalt-concrete shall conform to type' C2 ('/2' Dense Medium) -in accordance with Section 203-6 of the Standard Specifications. • Asphalt binder (paving asphalt) shall_conform to type PC 70-10, in accordance with Section 203-1 of the Standard Specifications. 10-7.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at • the expense of the City to determine if aggregates at the plant fall within specifications. • Correction to sieves may be necessary if proper percentages are not met. • 10-7.3 Tack Coat. Tack coat shall,be 70-10 paving asphalt applied to all clean, existing asphalt areas prior to installation of pavement fabric and construction of asphalt concrete • overlay. • 10-7.4 Asphalt Concrete Placement. Construction of asphalt concrete overlay shall conform to Section 302-5 of the Standard Specifications. 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONSTRUCTION DETAILS • February 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 10 • • • • • • 10-7.5 Adjust Manholes — The Contractor shall adjust all existing sewer manholes to • finish grade. Manholes shall be adjusted to grade where shown on the plans in • accordance with City of Palm Springs Standard Drawing No. 402. During adjustment, the ' Contractor shall cover all mainlines to prevent construction debris from falling into the sewer system. The Contractor shall be responsible for all construction debris that enters the sewer system, and shall clean and flush all debris from the sewer system to the satisfaction of the City Engineer. 10-7.6 Adjust Water Valve Covers —The Contractor shall adjust all existing water valve • covers to finish grade. Water valve covers shall be adjusted to grade where shown on the plans in accordance with Desert Water Agency Standard Drawing W111. 10-7.7 Monument Boxes - The Contractor shall adjust all existing survey monument concrete collars and frames to finish grade where shown on the plans. • • 10-7.8 Payment - Payment of asphalt concrete Overlay shall be.made at the unit price • bid per square foot for "Construct 1'/z" A.C. Overlay" in the Bid Schedules, as shown on • the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. • Payment for asphalt concrete shall include full compensation for furnishing and placing . materials required, and for- labor, plant, equipment, tools, transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance • with the standard specifications and these special provisions. • . Payment for adjustment of sewer manholes to grade shall be made at the unit price bid . per each for "Adjust Sewer Manhole to Grade", complete in place, including all excavation, backfill, removal and replacement of manhole frame and cover, removal and/or addition of filler rings, mortar, and disposal of waste or excess materials. Payment for adjustment of water valves to grade shall be made at the unit price bid per each for "Adjust Water Valve to Grade", and no additional compensation will be allowed • therefore. • • Payment for adjustment of survey monument concrete collars and frames to grade shall be made at the unit price bid per each for"Adjust Monument Frame and Collar to Grade", • and no additional compensation will be allowed therefore. • • 10-8 TRAFFIC STRIPING AND MARKINGS • 10-8.1 General - All existing traffic striping or markings shall be removed by the • Contractor. The Contractor shall replace all markings on City streets with thermoplastic 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 • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO,08-28 CONSTRUCTION DETAILS • February 1,2010 - SPECIAL PROVISIONS-SECTION 10-PAGE 11 • • • • details from the State of California "Caltrans" Standard Plans. For all streets that have .existing traffic striping in accordance with raised pavement marker traffic striping details from the State of California "Caltrans' Standard Plans, any missing or damaged raised • pavement markers shall be replaced by the Contractor with new raised pavement markers. . For all streets, all existing raised, pavement markers shall be- removed and, after construction of the asphalt concrete overlay, replaced in like kind with new raised pavement markers, New blue markers shall be placed at fire hydrant locations whether or not markers existed prior to the-asphalt concrete overlay, and whether or not shown on the plans., . All new non-reflective raised pavement markers shall be ceramic; no plastic pavement markers shall be'used. 10-8.2 Pavement Markings - Pavement markings shall conform to the provisions in • Section 210-1.6.1 °General', 210-1.6.2 "Thermoplastic Paint, State Specifications" and 210-1.6.3 'Rapid pry White, Yellow, or Black Traffic Line Paint' of- the Standard • Specifications and these Special Provisions. . Whenever the Contractor's operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both), such pavement delineation shall be replaced by Contractor before completion of project. Either permanent or temporary delineation • shall be installed by Contractor before opening the traveled way to public traffic. • Temporary delineation shall consist of reflective-raised pavement markers (Type "T") which shall be applied in accordance with the manufacturer's printed instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be included in the prices paid for the . contract items of work that obliterated the existing delineation and no separate payment will be made therefore. • Traffic striping and pavement markings may be installed at night after 8:00 p.m. or in the . early morning before 6:00 a.m. with the prior approval of the Engineer. Payment for installing pavement markings and markers at night shall be considered as included in the lump sum price bid for "Traffic Striping and Markings', and no additional compensation will be made therefore. The Contractor shall use Caltrans metric stencils for all legends and markings on this project. 10-8.3 Removal of Traffic Striping and Pavement Markings - All existing paint, • thermoplastic traffic striping, and pavement markings 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 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.08-28 CONSTRUCTION DETAILS • Febmary 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 12 • • • • immediately after contact between the erasing machine and the surface being treated. • Such removal shall be by sweeping concurrently with the erasing operation. Traffic shall be adequately protected from dust and debris during removal operations. Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as provided in Section 7-10, 'Public Convenience and Safety," of the Standard • Specifications. • . 10-8.4 Applying Pavement Markings - Traffic legends shall be applied in accordance . with section 310-5.6 of the Standard Specifications. 10-8.5 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, 'Pavement Markers," and shall be removed and placed in accordance with • Section 312, "Pavement Marker Placement and Removal," of the Standard Specifications and these Special Provisions. • All new non-reflective raised pavement markers shall be ceramic; no plastic pavement • markers shall be used. . • Flexible bituminous adhesive, as specified by Section 214-7 of the Standard • Specifications, or an alternative equal approved by the City Engineer, shall be used for • installation of all raised pavement markers. An approved flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous • adhesive, product "HE184 — Flexible Dotstick", manufactured by Henry Company, 2911 Slauson Avenue, Huntington Park, CA 90255; (800) 486-1278; www.henry.com; or "Hot- Applied Flexible Pavement Marker Adhesive", Part No. 34270, manufactured by Crafco, Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226; (800) 528-8242; www.crafco.com, or • approved equal. • All existing raised pavement markers shall be replaced, and new -markers of either . reflective or non-reflective type installed in accordance with the raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans. All lane lines • and centerlines delineated within the project, including those streets currently delineated with paint or thermoplastic, will be delineated with pavement markers and not with paint or . thermoplastic. All channelizers removed by the Contractor's operations shall be replaced in like kind, at its expense. • The Contractor shall install all raised pavement markers within 3 working days after • completion of the asphalt concrete overlay as the job proceeds along, and shall rabbit • track the proposed project as the job proceeds before completion of work each day, and not at total completion of the project. • The Contractor shall establish all traffic striping by string line and rabbit tracking to provide • markings that will vary less than %2-inch in 50 feet from the specified alignment. • • 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONSTRUCTION DETAILS • Febmary 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 13 • 0 • • • All- additional work necessary to ,establish satisfactory lines for markers shall be • performed by the Contractor.- • 10-8.6 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round • thermoset polymer pavement markers as manufactured by Clama Products, or approved equal. • Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a • line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 iriches from the centerline of the half- • street closest to the fire hydrant and on a line perpendicular to the fire hydrant. Blue hydrant markers shall be installed whether or not shown on the plans, or existing prior to • construction of the asphalt concrete Overlay. • 10-8.7 Measurement and Payment — Payment for removal of existing traffic striping, installation of temporary traffic striping, and installation of permanent traffic striping, markings and legends, shall be made at the lump sum bid item price for "Traffic Striping • and Markings", and shall include full compensation for removal and replacement of all • traffic striping, legends, and markings, including temporary striping, complete and fully • -installed, as specified in the 5tanda'rd Specifications and these Special Provisions, and no additional compensation will be allowed therefore. • • 10-9 VEHICLE DETECTOR LOOPS • 10-9.1 General Vehicle detector loops shall be Type E Inductive Loop Detectors in • accordance with Caltlrans Standard Plan ES-513. Type I loop wire shall be used as • specified in Section 209-5.8 of the Standard Specifications. Detector loops shall conform to Section 307-17.7 of the Standard Specifications. 10-11.2 Payment - Payment for installation of vehicle detector loops shall be made at the • unit price bid each for "Install Type E Detector Loop", which price shall constitute full • compensation for installation of loop detectors and connections, and all other appurtenant ' work. • END OF SECTION - • • • • • • 2008/2009&200912010 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO,08-28 CONSTRUCTION DETAILS • Febmary 1.2010 SPECIAL PROVISIONS-SECTION 10-PAGE 14 • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART III - APPENDIX • • 2008/2009 & 2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 08-28 • CITY OF PALM SPRINGS DRAWINGS: • • Std. Dwgs. No. 100 — Standard Monument Type A Std. Dwg. No. 402 - Top of Manhole Detail • Std. Dwg. No. 625 - Traffic Legend Detail • CALTRANS STANDARD PLANS: • • - Plan No. A20A - Pavement Markers and Traffic Lines, Typical Details • - Plan No. A20B - Pavement Markers and Traffic Lines, Typical Details - Plan No. A20C - Pavement Markers and Traffic Lines, Typical Details • - Plan No. A20D - Pavement Markers and Traffic Lines, Typical Details • Plan No. A24A - Pavement Markings, Arrows • Plan No. A24D -Pavement Markings, Words - Plan No. A24E - Pavement Markings, Words and Crosswalks • Plan No. ES-5A - Electrical Systems (Detectors) • Plan No. ES-513 - Electrical Systems (Detectors) MISCELLANEOUS SPECIFICATIONS • Crafco rm Poly flex Type 3 Sealant Product Data Sheet • Henry"HE184 — Flexible Dotstick" Technical Data Sheet . CrafcoTm Hot-Applied Flexible Pavement Marker Adhesive Product Data Sheet • CrafcoTTM Hot-Applied Flexible Pavement Marker Adhesive Application Instructions TenCate Mirafi0 MPV600 Pavement Fabric Data Sheet • • INDEX OF LOCAL RESIDENTIAL STREETS • Listing of Streets • Street Maps • • wwwww • • • • 200812009&2009/2010 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.08-28 CONTENTS • February 1,2010 PART III • NO, REVISIONS APPROVED DATE • • • • MONUMENT HANDHOLE FRAME & COVER-ALHAMBRA FOUNDRY • CO_ A-2920 • PAVEMENT - I � • P-C_ CONCRETE III i ENGINEER'S TAG • III \, WITH PHILLIPS SCREW o 1" GALVANIZED IRON PIPE M • • • • MONUMENT PLACEMENT • LOCATION SHOWN THUS_.. • • NOTES: 1. MONUMENT SHALL BE FURNISHED AND SET BY A LICENSED SURVEYOR OR CIVIL ENGINEER REGISTERED PRIOR TO JAN. 1, 1982_ MONUMENT SHALL CONSIST OF: SURVEYOR'S OR ENGINEER'S TAG, SECURED • WiTH ROUND HEAD PHILLIPS SCREW, SET TO TRUE POSITION, IN TOP OF CEMENT MOTAR CORE, IN 1" • GALVANIZED IRON PIPE IN CONCRETE. • 2. FOR USE AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS ONLY. • CITY OF PALM SPRINGS APPRO DATE: l PUBLIC WORKS & ENGINEERING DEPARTMENT 2 93, • CITY ENGINEER R.C.E. • STANDARD MONUMENT TYPE A DRAWN BY' G.F.F. FILE No. STANDARDS CHECKED BY, M.L.F. DWG. NO. 1D0 • • • NO- REVISIONS APPROVED DATE P.C.• • • • • • CONCRETE RING PER SUBSECTION OF THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND • 1560-C-3250-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S STD DWG. NO. 400 21 1/1- Ifyp) ASPHALT CONCRETE PROVIDE 9' ADJUSTMENT • PAVEMENT. THICKNESS 3-24'X3" GRADE RINGS AS SHOWN ON PLANS ni • • (ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.2.2 AND 303-i.B.2 OF THE ST4NDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION, • • • • • • NOTES- I. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE • APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY • MODEL NO-S 1310/1", 1 1/4", 2", AND, 1312/1", 1 1/4 , AND 2- OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA- 91950, • (619) 474-8481 2- MAXIMUM OF 3 GRADE RINGS- • • • CITY OF PALM SPRINGS APPROVE DATE4 DEPARTMENT OF TRANSPORTATION 31 CITY ENGINEER R.C,E • TOP OF MANHOLE DRAWN BY; FILE NO RBJ STANDARD • DETAIL CHECKED BY: QJ8 DWG. ND. 402 • N0. REVISIONS APPROVED DATE • • • • STOP BAR LOCATED AT MIDDLE • OF CURB RAMP SIDE SLOPE W • NEAREST THE B.C.R. • • � 12 =- 8 " CURB RAMP • SEE DWG. 212 BCR • • FACE OF CURB • • I • • STREET • CENTERLINE • • 4' + $ I � 12" NON - RAMPED I FACE OF CURB • • STREET CENTERLINE • NOTE: • ALL STENCILS TO BE CALTRANS: - THROUGH ARROWS TYPE I - LEFT/RIGHT ARROWS TYPE IV • DROP ARROWS TYPE VI • CITY OF PALM SPRE APPROVED: DATE: +� PUBLIC WORKS & ENGINEERING 28931 • CITY ENGINEER R.C.E. • STOP BAR AND LEGENL DRAWN BY: G.F.F. FILE N0. STANDARDS • CHECKED BY: M.L.F. I DWG. ND. 625 • CENTERLINES LANELINES (CONT) NO PASSING ZONES-TWO DIRECTION 13 li4C NICNIIRYS] (YLIfILLI-c NICNII}YS [ s*•-o clrl�[n. bm�_,,,,, DETAIL 1DETAIL 12 d ,_o. OEiA1L 21 y y DETAIL 2 DETAIL 13 45'-0 DET A]L 22 a' nq�,+Y^*ae�ezar:�•:�'rxw' W-u• Lr-p• rs•-a -°' zs._n' n 3� lad'-R' �1 ['Isil 3 celeee° DETAIL 14 ee•-u de'-N' a>'-°• —► ® ® �� © o000 6 0000 © o00o m OETAIL 23 za•-a• za'-°' °. __>• >I d e •-p' DETAIL ]9A ad +a•-p" de•-n' ® ® ®® p ® ®® ®®® ® ®—i N bUAIL 4 z._o y TYPICAL LANE LINE 6EL]NEATION 7N ADVANCE OF EXIT RAMP � _Y --� i n�+--0" _ o._�'. —► LEGEp0 STTAII I< y NO PASSING ZONES—DNE ❑7RECTION yF9Y.ER5 14a DETAIL 5 _ DETAIL 15 O TYPE A wia r»-refeecrir > !� 1'-°' 1i=t1' R'-O' li'-0' i'-p' in TYPE AY Yancv Non-rerlscava ' = = O ® ® ® TYPE C Petl-cl ecr °etrortRea fre �_ TI.'C Y ir° .aY Yell°.H. ell ecilre p•_ i Ilt'-p' X!! DETAIL O e ° _L 1 a ' °' 0 11C 6 1r 3y cleor R.Ir,Fleclive l miler ]p]'-Q' n! to la'-°• tz'-tt' Is' °' DETAIL 1E F ,�� Il--1 ® U E II Pre-.oy vel b. Re rleell ecrlr+ DETAIL 13 '2 _. LINES NOTE =Tf Delall y 0 za'-N' �� •'mare oeloll H Is to cc uceo ]o ¢.,]lem;cr. Z DEI M T ae`u' a' Red°u,da'Id +°m vaea -- _ -F4 r. IR._p, C re=Icr in ccrtbIrcrlm wlm eawrl 12. DEW IL 17 eR•-a• y .► J "0' �,� ® ®G a ®A IAARRER DETAILS N LANELINES QQGGGGme Goo Gu_T Y YLTILME N[GIMS) ,._p� 'T DETAIL 8 fY r 3?S._a'/r.' Ir-°^ r-u' rs'-o' r a' DETAIL 16 xI -_F DETAIL 'J se'-d' —a \ _� Ls�E.,°•-°' )r'-a' r-o' s' s'_ DETAIL 1? V •- �y 2,_°, 0 p. . TYPE A & TYPE AY TYPE C & TYPED TYPE G & TYPE H d6. 1 DETAIL 10 . .. I � smE m'clsr°nsz _� ' —„ 16.p.. R•_°•• y p• 031ANJ1f C4 iRRNrpg3)A)104 11 000 000 u DETAIL 20 +^'-"' Rerro-aTleciverace PAVEMENT MARKERS p �_ a•-p , tz•-u R'-p' AND TRAFFIC LINES DETAIL 11 TYPICAL DETAILS �� u'-o 3s' u' tz'-p' _„ a•_p. NO SCALE 0 o A20A LEGEND LINES LEFT EDGELINES N.EDIAN ISLANDS u CExs A'6M r. 1pIVI0Ep NIGAGYS] TYPE AT Yallor DETAIL 24 RETAIL 28 son-r.n=m.ee a•vm la. F TYPE o E•.p _ E eap or irc'rclEd zaY T YC IrvaFlecl iYe •Yvf 1 auaa.a+ i] TYPE H DETAIL 25 -- �- 4p}fLfef'ep}1Ye INTERSECTION r Arr.h cxp¢m�mer.�r=.vM=av TREATMENTS y Eese of rrweleo wy 9T[ L DETAIL 39 1 •-o• � 12'-e' rB'-U' 1B'-U' 12'-0• 19'-0' 1i'-p' DETAIL 25A DETAIL 29 LF t El J- =a _ ze'-a' �, 24' 9. za' o• 1a•-o" uz'-o' e• o• 19'-0' a'-o• 3 a•-o' "'I —f DETA[`9A 2'-u' 3_,) s�-u' „Iz=o' L roa•-tl' S1 DETAIL 26 LEeSa or hove ee.a s ®I ®I c 1 Edge of Iraveletl rcy E 10p'-0' - 11 -OS. 36'-G' �I®� O �� ► y ® ,;_0. ®� E� .r O=iA[ 3s s•-e I� Z_ 2`'- ® B DETAIL 27 i DETAIL 30 2 '-0• 14. ;� Le• z5'-O' 14'-0' it 7._p.. Ir� -E•.6• '� ;100 �► Eeye er vaveeee,m ®� 1 ®®®000�®®000� D-TAIL 35k I`.'� �z._p. 1op•-u' O 4s'-0' RIGHT EDGELINES _� ®®®®o®®®e®®®� +cP;-o 1r-a• O r o• TWO—WAY LEFT TURN LANES MARKER DETAILS �,< Cxrrr z,A 1a1..A DETAIL 31 Y �— DETAIL 27B " y �' ii•-L' 3s'-o' Y-o' S6=tl' n' [c9a or hove lea rar T —� 1 RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 sfi'-o' le n INTERSECTIONS 74'-1 zr-v a'-s• i a4-1 24-0' M 6 m ® ® 3d p DETAIL 27c TYPE AY TYPE D TYPE H .--a_ M rs•-o" n•-o'• Ss'-o' ilz'-o' 3a=u^ 11z'-o' 1e'-u• ,� ® P' bore flea rve Icc= iT I sc• o• DETAIL 33 -tl . Ti STATE OF M`Ta6'aa 24'-(Y 2,'-O" 2r'-O" 2i'-p' 34'-1 29'-S' B R4TQOIT 0!TPI.KFCFl Ai I]4 00001200Doonsolz00000000E] PAVEMENT MARKERS AND ®®®® e•a• rs'-o-H 0000 la• o• TRAFFIC LINES TYPICAL DETAILS a•-a• 3 l 1e•-a• .1z•a• lam o• 0000 0 0000 00 m Or N0 SCALE A 20B - EXiT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 [Ege of Ircral=_a xoy Irtai nt irrf ' sec ta.l 21B s•nntre Ilse "'^^ ""'„•"_` . _' q._n, ' Llre 5}E Plon G2L6 SJY '•m fsao'r uTce M s�T to n✓rtvnV¢.v O 5ee nalarl HA s+e Pl— 42LE LANE DROP AT EXIT RAMPS � DETAIL 37 "ll aecmr at /r Ile Imer'.olo � 3,-tl, s-_ qe roil 3q ° 3g'-o-• 3°'-°' 3r-o^ so•-°' P-YI a-:•. mar-e'; cege of rrorcle°.w h*0 +"rel eE+ Ilne �-- o H o CA s o o e o e a ENTRANCE RAMP NEUTRAL AREA {MERGE} TREATfhEhlT Q ° RETAIL 36A a'nhlte Iln. �-- 6•nnlre EEge cf imre le0 way Irtuinllr-1 3'-G' 2'-0' y ( S.e liar.A2W O see LbmHe z,e 3E AIL 37A qq e O ft-]ear Or }i •n.le Inlarals •3•b. 5ee P31 oil ]E 510 Plm 420B / 01 19'-tl' ry' ]d-0` 30'0" a d j0'V 300•_n• e"nR , ling i see e.imi o,5 a I. I nnl ea Ilne sIE elae s_oA ° lype r nnrx.;z anl;cral 8 6 A 8 8 8 8 a 88 8 8 H 6 8 6 8 U 8 8 6 8 U 8 6 H8 B a 4•_O ECye a IrP'eleQ My Ir[T]1 3'-p lF,_nl l4�—�. Set 091Y 1 363 N 0 fe —`i sta?Ion AIW '> No "'I cWnlelltinq line stun nays[¢OnettiN n 0 �� !"rl0. o�rcrl For Im=_s wrare �aeN ng ]1T le c:11 mE1. �,.a Pion IAN9 A LANE DROP AT INTERSECT IONS 5y_p• 9 ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 37B tl' r 0'0'. 'n DETAIL 366 v'nt,lle une Enna ur IrP:eI.Q•ar Irolnl�nel Z / o a ED L7 H o o a o ff o ED H C7 ° a see Derails 2Ta _ se. gran 0. lu` sIE Plcn AM3 ,i 3-0 2 §]—p IDr.1h rralrlc�7• 5f0 Ploi 4200 Q e 5'?hIte line DETAIL 37C 5M-o• s-a• a""ll. rtne 30'_P ]q._a• y,_tl• y,•_°• P C s•v 4"Tallow Ilrz ° rl EO9a of }raveled say (r¢i.o) ° MARKER DETAILS 86 H 88 86 88 88 86 88 A 88 88 H 8B H8B8 BHB8+ o .. see Q 'I �•-a �+2.a r-tl• saw°.tall 35e c� 1 t ri MA 31�-+�•' 1 aft•-o/^ mraegn rron;e—i va elan asm sm Plm A206 �r L� � � LEGEND � �F � uF)eHixcm a rwaesnagisTrav MIERS �. PAVEMENT MARKERS 0 1T,_ A fills N]n-rerIecHH - 1I �� AND TRAFFIC LINE ® Tra a qeQ-dl rnro- erl ree TYPICAL DETAILS 0 I'rra c..e .r Cl..'r.vrrn-xr I..I Ire TYPE A TYPE C TYPE G NO SCALE i— °Ireelien of rrn:el zElrEren.�nw Fa.a A200 CHANNELIZING LINE LEGEND mquxs DETAIL 38 re all le Line O TYPE a r,he nu,-.-rreetive e ¢ ¢ -14 ® TYPE a.rdlmm wa aunem Iva 1.2eeE 2a-u. 14- [] ttPE GOa-eoy Gbv gelru-efleetrve a+,pD T11,11 Trernc —► A'Ye+Iov tm_ .,...-.,. �... DETAIL ]&A a"ml+d Tree E� )tract lcn or Trcel �Tr raa c.eerrar.amen-,�r...n.-.� MARKER DETAILS Ra,ero fleet rre pcv�n=_n} Re+rare. lve yrrenent J re el+nx nar§at races. lydoa Xe,e di rae_s a-�'.lee:ala 3 e� o+ races.,n a_11a.. se- nerd e DETAIL 388 a^lle'tn Lire 1� '� ° ¢ ¢ ¢ l I SECTION A-A 91 SECTION B-B ] 6 ¢ aL `� � a � otrOrd:l lCtw t N'tl' 29'-0' Rotroref leelfra pc'.msnl eleal marker of eifner t� er9 of rs eaa e,e ar rc `S p� TYPE A & TYPE AY TYPE G �{ O 3 B 8 8 8 8 H 8 8 8 8 8 e 0 ecI bd Fac° —zw o' o' a• ` �� u a Flnlseao =ooicy s.rmeep PLAN „ PLAN n N Teo-N r Trelf le G,x rar Trerrle ITrce 27 nrpa li a I�e le yeI RECESS DETAIL FOR p BIKE LANE LINE RETROREFLECTIVE PAVEMENT MARKER L VNall. Llr+ '.'f•` i.• DETAIL 39 f ' TMrr:eglas+ic ka+ertor D :, ?s"sR" 1_ k- +kJ RECESSED liARY.ER KQTES: DETAIL FOR RECESSED �. THERMOPLASTIC TRAFFIC STRIPE � � ` c�i ° `amc pa..er„: � I NiER5ECT701: L@!E see nm-: A onosea +Ira r ass e BIKE LANE c vnnem ark—s.oemil 144 = RECESSED TN.E RSA]PCASTIC NDiES '� wlr-e a Tyr- 2 racese. Rd rare f lo-afi me Fco— ' DETAIL 39A Pw•.°' m+ ecHm A.S-- tyepiiwl Irarfic Iinq o-laiis rue 2.CTM_r-I-rerneell— pare.- r.a rker3 Patten_. V --i sea I. huhn ens N o o o a.-ra Icp or m- rr�roms in mleuca c e ra ie —� e•-a r- a enue urz in re . °amenr nac ce�o m�. Top lap a! e yan-Iaticna. O -Ia.irr pu.eaem -,rmce. 3.Tre Iw or P°.-to,+ _ norke-a 1 a1211aa . in ee- amllmo- rem. rro e LANE LINE EXTENSIONS TYPE C & TYPE D TYPE G & TYPE H °OePT9ne °.rfnce. THROUGH INTERSECTIONS see Ire:-m 1 era z. DETAIL 40 DETAIL 40A RETROREFLECTIVE PAVEMENT MARKER 1-0 --`— -'r FOR RECESSED INSTALLATION ' O E3 Cz O E7 0 o g 0 0 0 0 0 9' "I..tram Ty°a R Ilcn-Pxrlalrve S,m Or miruwx CENTER LINE EXTENSIONS Dr WENT of TnAIIR- WA.Iov THROUGH INTERSECTIONS PAVEMENT MARKERS ' DETAIL 41 DETAIL 41A AND TRAFFIC LINES r-o'Ly I-A� � .+•_"= TYPICAL DETAILS ® ® i T ® 0 D �® & 0 0 NO SCALE \4-Yalloe Llrz Type_ AY n PefloCkNa A20D 00 . . . . . 0 . 0 . . 0000000000000000000000000000000 • I II f _ � � 1•- •cdm I � � f ! I I l+ NI R=14 sq "A V n TYPE I 10'-O" ARROW �—a � +•-a' 1 B-B 41H, .U:i e911TYPEffi ARROW a o A='ei yq rl TYPE I 1 B'-0" ARROW ' zl f a I-G,L41B A=4z eq rl N + "' TYPE E ARROW p R=]1 ap fF RMT LNS ORCP TYPE I ?4'-0" ARROW "_a,aim � r-o• on BEET LME, � f Hon uIft:JR 1VC.E3 A=15 sq f} TYPE F2 I Ll ARROW (FOR TYPE IRtiAARRON' r EJ A=33 sq fl f TYPE Y ARROW f 1 1 [ I NOTEI V•:ICR YAPI IVIS IN OINNIMCNS STATE CF C[ll"P,n1q I LEPLiMIT 0'-T"NSPORTITIW _E LAY BE ACCEPTER BY lH- EhVN9. 1'-V O•GRI° I'-0'LP IO �.— PAVEMENT MARKINGS "qr+ ARROWS A=r eq It TYPE El (L} ARROW BIKE LANE ARROW IEOR TYPE sB (RI Anal°, NO SCALE USE WIW04 IV CEI A24A ®EISEFRUP" No Inlllllillnllh➢IIEIIDl111M I 111dIQlF[Illmmlllllll[IIIQIn 1Rr[Illlmlll[116 IhU1QIP0 n llll uouR1IQI ��_-�� IQIt1ln1111i111R11'lI11I111111A1�I� SIlIIIRIE[III[Im HRmRlnn�m�yy LI1ll.[nlminlmlR 1lull'1''1lRllillll Illl�f6711118���1� -- 1 111I11111111111f1111Ii11 11114�P1 LI1rIA1101f[Ili[111i01111111111pQp1lIS RIII11�1[IIIHI1�1 111�11R111[II1111 I1llllnli11 III 11 1Ir1111111n1111111111R it "IRlI VI Null11I1l1�1�1111'111111QFn, lln[Illmll��llml[I LMHRRR IIQIFIIEIIIfR [�111�n+1111111� II[I 11111 1 IN ll nllll�nll I1fDmli©IE[1110N11L IIIQ�Rm 14�[111mt[�ll�ll[1 1I Mn11111In1111 Illlll illl 11�11 0 [Illlnl![II[Illlnllllllllllnlln 111111[IIInIFI Iml[ I1 llmllll n 1 I1�1 1 11 IRIdIMURRIIr1Rl'1S41nnimnn l llinlnll[I1111I1€[1111111111RIVl 1 l[IIIIQIIIIn Irn 11 I g1 11A{IQI 'Ip1 r ° °iiliiili iiiiiiR11➢U[lim1111r+ 11P111IIllkm111m Inll 11l01 I mlYAm1 all n1m19 Illlllmlm111111 1111111111lmlml Rl111111111, immIl11 L III 11�In11R1[n'll'11110t mllllllllllnnll Wim[nIRVIQI 41J711111A11inIB 1"11151111111111tl111 I111 Inn11n111111QIm11Y IIIIIIFI1lllllU 1©111111111P{llnl Y l'llllll'111P1I1 IoIII111II1II11�11111I111 iiflliiiiiiii©u011ll r11R11101I11i 1®lElllllllllll�l lf1n11Ruill1ll 1OI11IIIlllilllnll[IIIIIII Irnlnllnlmll 1111 �IIIIIIIImIL S NMIpII[lmil 1 R 11 INIM iA IIIII'111Y11m11[[ 11 IpiiI1m11R11it,1�9 11 II Minilnn{Illjtl Imnlmllfsl�l �1D11 {{Iqq� 11 1011111U11111101t1[11FI;i R1111ll7111111111Y1f+YnlUllll DIIllllm[Illl Im[IIIIIIlI[UIQI Imlll�l1�111 l I�1� 11111111E1111111 1a11I11111r1fl101 llli1R1111111111I�IR11U1-I IIrn1.9IILV.111! 111111111111111i11i111V ut�llu!111i11111 lull Il!@flm li+f)i➢11 ni IR 1U11•V1! IIn111=21nm110 IQDmI lm[omnnnm II111111u1�IF iNiil I MINIeli'llml MIN Nil ril liUiilii�iiiii ioilmillimini llpplllrlleunlun `u'i l Il'lll lall l mllDl9DnR 11 IIII MIN R1mp�111 H Il 'l r 7� 1[ MI 11 11111 in 11HAIIIIIIIII�119111111111 111 1111Ym111111 1h1111111R111�1111111[�11 i�iio1�inil 11 111m1[Illl111 lmmm�;lLmOGI'uLlmmnnl `�IlunmlVllnRlLlun lon�Innnil o I 0Ri11 Ulll 11 BIN ERlll11i11 111PJ1 n1111111®IIIII Mill Ills ilium 111[III Inll Ilnlmin 1 ['I 1111[II[ I 1poln Inllnllll MINIMUM ll; 19,l11117 A©111U1ill�r11I IIRIIIl1101m10 r 111It111 IIfill 11 111 PMIH lm1HI iAIii LINEA[iVAIR 1111 III nila1111 1 II11j1i i11UA1111I 1 mmrvnnnnlnu nu1111R[[1111 [ 11@lflll Rllllm ,IAUImITIhU1R! 1 MIN , nIn1110111111 [�11lIn11Alllllm 1IR11R1liR Il tt n [m Ip INI 1111 11EID[III t IIIIi111 RVlllm llllllnlll[nl'1Rh 11 [Ill 11Y ®E1nf®EIFFl•El$iEl®® mrlDln;lln F�nnlnunnm nun111[1;E111�1 llnlfff nl ®Q®®®E10® ulll[nl nnnrlllunuml Pm ! 1 1 IlllllQllllll ®®®® 011711�if11Ill r[Or1111i11111ij�I111Q11 i1 111U1111[IIIWt 11JIIRIIIIil nenuni[n Ilnlll[nflllIn m11101111l111n1 IIYII n 1 '1 'IPI 11011 MIN [1111 _ 11w11ii{+iI In 1Roi�n1�'1I1i1Iirii illiiI illi'[F'11'i01 . 11p 1QI[Iln QIIA lull nil tnl 1 lHUI IQ 1IR11 n11f11111F111 111oO111tim1' Q[OIIInuQI! Imm11[IllllllQ 'rHnllllnl[RI©Im l ! I I A=27 so fi I I ,•c.,e c'rI ra,kr. a ED II 3 I 1 I 3 A=24 sa ft A=21 so ft A=22 sa ft A=14 sa f+ I I i ! ILI I 1 I I C I 1 1 I I I I 0 I I II [ ! ! I 0 { T ! I e I W0110 61AP8RIGS W f { ! t 1 ! I! Ir, ey r! LTC. ea rf 2, DU 1a a = t r S ! 13 Poet. 23 DIKE 21 2 ! 1 ! S II 1 ! 1 eex rI eas zo p W , ,I r� ` II� �•r l_� �il'- �II` %rri z, Fm I6 A=23 so F A=24 so f�I r` A=20 so ftr A=15 so f: A=1T sa it O t 'O 0 ES. r I.If o m......±mnsis le or mare legr.ms ror6. b eoo la road 'LF". Z Y+IIe Cre •�tlLs 're,. vure SI ld to ne[aa1 tie erivxr. [ / 2.TN e•vice aliee_n -rds =v.I. cc dt Ieett lou 1frte3 1.1 w_ign! a 111 or tM CI'cro.,efe for lov SPeetl r. ,L I no. Tara IMl 1so flrt.:s fIe sergM of tM [I'cr4rr,ae.iN_egaae nay,N rttleeed N c[{rvancteb Were flora Is finitee close c.—se or Io-nl ccrel:bns. ,p 3.uipc-variations In dirensrons no,se accepted oy tfe frorneer. IT 4 [one of InIIer,, ' n ne sy.nnal rcy e2p ar m oralee oy mTg € �fl CROSSWALK AND L1611T LINE J.Fo'>nen,e rai m e.c y2'in a to-c:n. E see to,. s s Croeemlxs ecnrlyJwe Io ecgml grccrCe ar% ,e to I- linea In pl act of 1'-0"v1He slm w . 0")'allow 1 i E I +�a'f S.IN wordses •Do exsrlc'Pule r�„ n rko-.J In m to =ea f[r pa iry loci llNes.For 1picol Imoaois or rtc:kings• c 51 ontl[r6•Ions ACOR I nL❑ '❑ ❑ ❑ ❑ ❑ a,9 ea on6 ACO3. ae %,r,e --rt, },Tte words 'AO Pkifl.%'.eMil be gO ioNd in nit% l-Store r lees thol sss[e lea }flGl 1-0"TiSn on a [ntrvling Ea[kpSrnJntl on6 Iuxlatl 60 1M1 iY IS I 1 v!.Ibl. ,u trdf[id onrnrce.n_n, rf,elale. ! I I I Orrectldn STM1TE OF Ckl "oWh of trd.l DGLiTYBT of TUhSPUWWIM A=2 sa ft PAVEMENT MARKINGS e nalee eold YIELO LINE WORDS AND CROSSWALKS 4 No SCALE A24E D, LOOP IISSTALLATION ARGCE9URE !. Loops shun b-centered In Im=_s. a A P 6'-P' "I 1[l-"[¢[r I[r [Y•Ir`ca C 2. 5[V SI D15 In psq¢n n-'11 for ICOy [LtlYL:OfB 03 6tawn In GEtells. 2006 - Is i_ 3. Oictonce ba ran filet f l.cp and a lea]-in pw cuI fcem Etl�ocert: • _ �ry ¢yL =^ e¢raolnra srnll h[2'-0"nlnlinin. I.ronn.lb DR lead-In so cuts A A — stell be o'aInlaum. 6. 3Lt90n Or DEV or.,Lhe be 6.1Ooth VI.h no dMM on,eE. Orrtc}Icn — p o{ - Lcnsl in, i, ft s¢,7 c.Sa I:11.,fSY-S•e 5. 9or¢ sMll be testa]unit clEan,Oloen out and iTnr[u3Rly Cr eJ teal : L—ollne no,ore lnsiolling Ims con Otar.. 6. Refm=n} Ioc" oh-,M sane censer unit GYraal EMR be tome In —� appasite Olrecficr. ImoI` _ T. [Ceril Fy o'IJ too ![hP C feat Psi,- fa iM win tax Ea p with In1P curt-y Mc Is1 cm inl6.{q.f c mmo FdOOV:y m0 to, !eo]-ro-cDble A h senor cunher end olnse. =F EP } E0 EP EF d. lestoll nn.p E[MYnor 1rt slot usmV o {' to I/" IhlC ea tl edle. ig I `g C C HPufd ch Teem i<<E,.�m rcod pptl]1 e6 fpr :ne wttcm nr Ike so,.a 61P1 pull box Pull box L Pull box Pul I xx gso p N. nr.-e el han z It. >npu ba Ipslplle] In on[ scree .1.1. TYPE 1, TYPE 2A TYPE 3A TYPE 4A lo. Altcv adol-hurol r-0'of srEGK lent r,of conductor for Ihe 1EPa-In run N'STGLLATION ]H5YALLATION INSTALLATION INSTALLATION O :o pull cox. SAVICUT DETAILS OOj I1. TM o]tlll tonal length of each cencwtor for each Iwp dIn11 be mist-d )Type p Imp ee l EE l cr cmf:gurel lens I Iua+rottH1 In V9i slDVD al eor,11El .urnnc 103 I!�olmun, before trmq pl Era 1p rRv o pa .yge F Trod cm rl[urerlon In emh lane, y 2.1d !Tu .fl Era FL-1 In each lone. 12. TGs! each Imp cifcul. for carF lnu liy,Elroy li res lstorc^ mtl insdlD.-fan 3.',C = 1 iy oe C ICPP [uTl leYfo Hun il6rin, WEI o6 r¢5uir=-d. resia:once of Ice pull box aefo-e r 11in, DI... :_.1D tR^u :] = 1 ape ri ]co] co,ficurella'I In Emn 1PyE. D .:E rnv qc = 1 Type E fro➢ cc,rlrurnrlm In emh lone. 13. FII1 e1o1B u5 6Mrn In eeloile. .'rr }R-J Orr = 1 Type 0 !ro] Pal15ure Hon In II IOae. Z o lud. TSr'pl E.Cf 0,E a,Q IwP C21GC Ear Eonf IglrPllOe.. O:IIy Q H. r- . Splice lDep cojulo-s 10 Ieac-iD-[P]le.Spikes EMll [� solesree. rn-n cl Lee C s, n ai plonsl _p 15. Ea0 of I¢rd-In-[oh'a ono Type 'e Ic[p cw'tlnto- Bholl tc woMrp uofe0 prior a, N .o D-0.l ling In corO it to prow±nl mm6lure r-un. ents•rro tM-cable. 31� 16. lm6ln-tale sR]II ret ea 5p]le�tl L-Neen lr� poll box and vi :a¢ .1trol er cob]rel lernindla. IT. MID' Imp ci rclrlr it r coorn Hyl cotton tee sl tree and Insu lo"lon il�ll 1 resl6+onc[al IRe cparollef [minE1 Ew}ion, III II��LlLlll EP] a"F � S E0."P F' r 5 2 3 S 3 2 1 5 q ; l 2 L11 .D b. Tore Iacp cane,-IEro o .al 1a [e 6clicetl m c lest ln-cab'E, jr, Sf 1_ Insu lPl lnit,aaling t[rs Droll [c IEF-d n] . . r,,—fee D1.1 elt[}rlco: rf 1 T WINDING DETAILS F N See -in 1es s and * N •'ulc 1P 1cf Typo 1 wTam Ft, aid for Y,A',.pe z or tweet-.rer I c o Ed 1 \S➢ll. 1 beptn es aepaa repro m regal r_e—b �'� I LaEp suolonl �—— rpt revri red-- s eP n• L mP asPc t TYPICAL LOOP CONNECTIONS s turns 1� xna Iccp (rvIs1M] SEasrei In6s rapresar.: tra prl!Wx] o..euemrs lamas. LPsp ualors 1st loop prlstea] :L¢rrl.. apecl rledl Hv,6I�]E SEE, No+e 9 STATE a-ul.l:ocxn bEPWWFNT OF TRN.SK"AW" SECYIDN A—A SfCUON a—D SECTION C—C ELECTRICAL SYSTEMS SLOT DETAILS - TYPE 1 AND TYPE 2 LOOP CONDUCTOR (DETECTORS) ND SCALE I ES-5A D. s opt eF�l a plreeaan oL Vrr 1 200E r+s L b I ! I I r rlOval y 1'-G' 1 — LLwJ P` ]gip. � �c� Ir 0.'Nh�.rr t]_•,.-TIa M1+.�Mv:+o-y 4 WINDING DETAIL SAVICUT DETAIL 'WINDIKG -DETAIL SAYACUT DETAIL TYPE A LDDP DETECTOR CONFIGURATION TYPE B LOOP OETECTOR CONFIGURATION v N r 1 O El El s � El El O O p0 Vl 1p•-u' la a• 1p•o• 1p•-u• 1p•-a- lo•- .' TYPICAL TYPE A INSTALLAT[DN TYPICAL TYPE B INSTALLATION Y 2 5ingle la„ 9n�le la,_ J'F u' SAmir DETAIL WHO NG DETAIL n N mreouan I TYPE C LOOP DETECTOR CONFIGURATION f F of r/0.41 I'-3� Z•-6- 2-� or —.1 r'v. —► 5 Sce C no,eL �u m w N nnie 1 LWINDING DETAIL Sk'h'CNT DETAIL WINDING DETAIL SA'hCDT DETAIL - TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION sES ° r 'NINDING DETAIL SAVICUT DETAIL 1T Ccrrcr5 or «u.a aeym aora,}e to t�zran} Donor- to cc�er}nre, ple d TYPE 0 LOOP DETECTOR CONFIGURATION z. Install ] lunu vlvn o,ly one rrea o l000 s an a soma-wil cN,ne 1. 0�0�0�0 f �n Insloll 5 lurna=n o,a Type p loy s ccrn_.1 e] �i}ry]atltllHmal ttQ • STATE Cf Cdl Wi lh 6'-O'Y 6'-L" �a on o eenaar vn r. 10'-D' 10'-O 10'O F pPM TNC4T or f1U}fiFCPTATI3'I TYPICAL TYPE E INSTALLATION PLAN VIEW DF ELECTRICAL SYSTEMS DIACONAL SLOT (DETECTORS) 5mpls sons AT CORKERS KD STALE ES-5B INC PRODUCT DATA SHEET . C111 AN ERGONt9 COMPANY PART NO.34521 . 420 N.Roosevelt Ave.•Chandler AZ 86226 JANUARY 2008 1-800-528-8242•(602)276-0406•FAX(480)061-0513 . www.crafco.com READ BEFORE USING THIS PRODUCT . GENERAL Crafco PolyFlex Type 3 is a hot-applied,asphalt based product used to fill cracks and joints in asphalt portland cement concrete pavements in warm to hot climates-PolyFlcx Type 3 is supplied in solid farm which when melted and properly applied forms a highly adhesive and flexible compound that resists cracking in the winter and resists flow and pick-up at summer temperatures.Polyflex Type 3 is used in highway,street,airfield and parking lot pavements and is applied to pavement cracks using either pressure feed meller applicators or pour pots. At application temperature,PolyFlcx Type 3 is a medium viscosity product which flaws and penetrates cracks. PolyFlex Type 3 is formulated as an economical yet effective pavement maintenance crack filler product.Compared to products based on reclaimed rubber,PolyFlex Type 3 offers lower viscosity for easier application,improved summer temperature pick-up resistance,quicker • set-up limes and improved low temperance flexibility.PolyFex Type 3 has been a quality Crafco product for 20 years. Several states have adopted specifications based on the performance of Polyflex Type 3- VOC=0 PJI • USAGEGUIDELINES PolyFlex Type 3 pavemcnitcmpctalumpctformancelimits I4rgh Temperature Crcadc('C) are 70-10 for crack filling. Usage recommendations are shown in Crafco pavement 6eC sa dt 7a 76 sz . tcmpcmm grade charts shown at the right Refer to Cm&o Product Selection Procedures to -4 determine sealant or fi8cr use and pavement temperature grades, 10 -14 o®W5wted"rC: .0 Rcwmmcndo 28 • 0 — . nufo�mnncc Limits AD • Nmllceomm;nded .] Wb Pavement Temp for Filler Usage • SPECIFICATION CONFORMANCE The Crafco recommended specification limits for PolyFlex Type 3 when heated in accordance with ASTM D5078 to the maximum heating temperature arc as follvws:Faar1 Bwlmmad:m[delired . Tat Recommended Specification Conc Penetration(ASTM D5329) 20-40 Resilience (ASTM D5329) 30%min- Softening Point(ASTM D36) 210OF(990C)min. Ductility,77F(25C)(AsrM DI13) 30 cm min. . Flexibility(ASTM D3111 Modified) Pass at 30OF(-1'C) Flow 140OF(60°C)(ASTM D5329) 3 min max . Brookfield Viscoisty,400°F(204°C)(ASTM D2669) 100 Poise max. Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM D4) 60%min Tensile Adhesion(ASTM D5329) 400%min. Maximum Heating Temperature 400°F(204°C) . Minimum m A lication'Pem erasure 380'P 193°C INSTALLATION The unit weight of Crafco PolyFlex Type 3 is 10.0 lbs.per gallon(1,20 kg/L)at 60nF(15.5nC). Prior to use,the user must read and follow Installation Instructions for Hot-Applicd RoadSaver, PolyFlex, Parking Lot and Asphalt Rubber Products to • verify proper product selection,heating methods, pavement preparation procc:dums, application geometry, usage precautions and safety rocedures- These instructions are 2mvided with each pallet of product. PACKAGING Packaging consists of individual boxes vfproduet which are palletized into chipping units. Boxes contain a non-adherent film which permits easy removal ofthe product Pesch pallet contains 72 boxes which arc stacked in sot layers of 12 boxes per layer, Tlhc weight ofproduct in each box does not exceed 40lbs (l skg)and pallet weights do not exceed 2,880 Its (1310ke) Pallets ofproduct are weighed and product is sold by the net weight of . product Product boxes are manufactured from double wall krdft board producing a minimum bursting test certification of 350 psi(241 N/em°)and using water resistant adhesives Boxes use tape closure and do not contain any staples. Boxes are labeled with the product name,part number, lot number, specifeaton conformance,application temperatures and safety instructions Palletized units arc protcatod from the weather using a throe and thick plastic • bag,a weather and moisture resistant cap shoot and a minimum of two layers of sir month u v pmtccmd stretch wrap Pallets are labeled with the product part number,lot number and net weight, Installation Instructions are provided with each pallet in a weather resistant enclosure. WARRANTY CRAFCO, Inc. warrants that CRAFCO products meet applicable ASTM, AASI-1TO, Federal or gram specifications at time of . shipment. Techniques used for the preparation of the cracks and joints prior to sealing or filling we beyond our control as are the use and application of the products;therefrom,Crafco shall not be responsible for improperly applied or misused products Remedies against Crafco,Inc.,as agreed to by Crafco,are • limited to replacing nonconforming product or refund(full or partial)of purchase price from Crafco,Inc All claims for breach of this warranty must be made vnthin three(3)months of the date of me or twelve(12)months from the date of delivery by Crafco,Inc whichever hs earlier Them shall he no other . warranties expmased or Implied. For optimum performance,follow Crafco recommendation.;for product installation . 02009,Crun o Inc,All Mght:Ilcerved • • • HolmTECHNICAL DATA SHEET HE184 - FLEXIBLE DOTSTICK . 91 CHOIOFOF PROFESSIONALS. • Last Rev pate;06/02/2004 Physical• • Properties- - - - — Blacks - i AppearanceI Flo'i FlowG�140°F Resiliency solid 0 mm 50 @ 77°F • ( Application Temperature Maximum Heating Temperature Softening Point • 350-390°F 4000 F 2150 F - ---- Brookfield Viscosity Maximum VOC Specific Gravity @ 77'F 2800cPs @ 375°F 0 calculated 1,12 • , Color Maximum VOS Weight Per Gallon S ty @ 77 F,5cm/min 0 calculated 92-9.4 Ibs Black I puctili Penetration 150g per 5 sec Weight Per Gallon Calculated • 45 cm 20 1 9.3 Ibs i Flash Point I claimed Rubber Content • 5500 F - -- I - • o- • HE184-FLEXIBLE D OTSTICK is a hot melt asphalt adhesive,which securely bands pavement markers to asphalt concrete and Portland cement concrete.This bituminous marker adhesive has superior bonding characteristics because of its high virgin • polymer content and low amounts of filler. • • HE184-FLEXIBLE D OTSTICK is a hot melt asphalt adhesive, which securely bonds pavement markers to asphalt concrete and • Portland cement concrete. • • HE184-FLEXIBLE D OTSTICK comes in 35 pound boxes(3 blocks/box) • Surface Preparation Pavement Surface should be dry and free from all loose material, dirt,and dust. • XMromm • HE184-FLEXIBLE D OTSTICK should be heated in a temperature-controlled applicator with agitation. The application • temperature is approximately 380°F. Apply the marker immediately after dispensing HE184-FLEXIBLE D OTSTICK, and allow • to cool for one minute or more before exposure to traffic. Precautions Do no allow material to exceed 400° F. !' Asphal0c stains can be removed with non-hazardous, biodegradable cleaners. Use waterless hand cleaner on skin. • • • • • Henry Company-2911 Slauson Avenue,Huntington Park,CA 0002SS Technical Services-Phone(800)-480-1278 Fax(972)494-4665 Email:lechaervlcas@henry.c°m • The Henry Company is the parent company or Bakor,Inc. W .hcnry.com • • • CAUTION! Keep boxes out of direct sunlight and rain. (If covered area is not accessible, Cover with tarp). Do not take • internally. Use protective measures to avoid Contact with eyes and skin- If swallowed, CALL PHYSICIAN IMMEDIATELYI In case of eye contact, open eyelids wide and flush immediately with plenty of water for at least 15 minutes. GET MEDICAL • ATTENTION Dispose of container and unused contents in accordance with Local, State, and Federal regulations. For exterior • use only. KEEP OUT OF REACH OF CHILDREN. KEEP FROM FREEZING. • WARNING: • This product contains detectable amounts of chemicals known to the State of California to cause cancer, birth defects, or other • reproductive hams. EMPLOYERS should obtain a copy of the Material Safety Data Sheet(MSDS)from your supplier or directly from Henry at the . toll free number or website below- Product • 24111 Box 35 Ibs box Limited Warranty • We,the manufacturer,warrant only that this product is free of defects, since many factors which affect the results obtained from ! this product—such as weather,workmanship, equipment utilized, and prior condition of the substrate—are all beyond our control. • We will replace at no charge any product proved to be defective within 12 months of purchase, provided it has been applied in accordance with our written directions for uses we recommend as suitable for this product. Proof of purchase must be provided. • DISCLAIMER OF WARRANTIES: The Limited Warranty is IN LIEU OF any other warranties express or implied including but not limited to any implied warranty of MERCHANTABILITY or fitness for a particular purpose,and we,the manufacturer, shall have no further liability of any kind including liability for consequential or incidental damages resulting from any defects or any • delays caused by replacement or otherwise. • • ! • • • • • • • • • • • • • • Henry company-2911 51a1uson Avenue,Huntington Park,CA 99255 Technical Services-Phone(900)41a5.1278 Fax.(972"04-4655 emall:techscrviccs@honry.com • The Henry Company Is the parent company of eakor,Inc WVM'henry com • i ! PRODUCT DATA SHEET ! CRAFMINC HOT-APPLIED FLEXIBLE PAVEMENT AN MOON FJ COMPANY • 420 N.Roosevelt Ave.•chandler AZ 85226 MARKER ADHESIVE 1-800-528-8242•(602)276-0406•FAX(480)961-0513 PART No,34270 ! www.crafco,6om JANUARY 2008 READ BEFORE USING THIS PRODUCT ! GENERAL Cratco I•loi-Applicd Flexible Pavemem Marker Adhesive is a hot-applied thermoplastic bituminous adhesive which,when ! properly used and applied,bonds markers and reflectors to bath asphalt and concrete pavement surfaces.Hot-Applied Flexible Pavement Marker Adhesive is supplied as an easy to use single component material which is easily melted and poured or pumped onto pavement surfaces- Since it is a hat melt composition,Hot-Applied Flexible Marker Adhesive sets up on cooling and is ready for traffic in less than ! five minutes. Mot-Applicd Flexible Marker Adhesive is formulated with premium asphalt, polymers and additives to produce a unique material which holds markers in place and remains flexible at temperatures down to 20°F(-70C). Hot-Applicd Flexible PavementMa rker Adhesive has been a tap performing quality Crafco product for over 20 years. Several states have adopted adhesive specifications based on • the improved performance of Cra£co Hat-Applied F1exiblc Pavement Marker Adhesive. VOC=0 g4. i SPECIFICATION CONFORMANCE The recommended specification for Flexible Marker Adhesive when heated to due safe heating temperature in accordance with ASTM D5167.is: ! Test Specification Limits Brookfield Viscosity,400°F(204°C)(ASTM D4402) 5000 ep max. ! Softening Point(ASTM D36) 20OF(93C)min. Penetration,77°F(25'C)(ASTM D5) 25 max. ! Ductility,77°F(25°C)(ASTM DI 13) 15 cm min. Ductility,3920F(4°C)(ASTM D113) 5 can min. ! Fl ability,P(25mm),90deg,10se-(CJafeoProcedure) Pass at20°F(-7°C) Minimum Application Temperature 380°F(193°C) Maximum Heating Temperature 400°F(204-C) ! INSTALLATION The unit weight of Hot-Applied Flexible Marker Adhesive is 10.8 lbs.per gallon(1.29 kg1L)at 60°F(15.50C). ! Hot-Applied Flexible Marker Adhesive must be melted in jacketed, double boiler type melting units with an effective agitation system. ! Prior to use,the user must read and understand the Installation Ltsimetions for Hot-Applied Pavement Marker Adbcsivcs to verify proper product selection, heating mctbods, pavement preparation procedures, application geometry, usage precautions mid safety procedures. ! These instructions are provided with each pallet of adhesive. • PACKAGING Hat-Applied Flexible Marker Adhesive is supplied in self-rele: tbrec compartment disposable boxes which contain approximately 35 pounds(15.9 kg)of material. The boxes are palletized tmo shipping units weighing approximately 1,680 pounds(762 • kg). Material is sold by the net pallet weight. WARRANTY CRAFCO,Inc.warrants that CRAPCO products meet applicable ASTM,AASHT0,Federal or State specifications at time of shipment. Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond our control as are the ! use and application o£the products; therefore, Crafco shall not be responsible For improperly applied or misused products, Remedies against Craton, Inc., as agreed to by Crafco,are limited to replacing nonconforming product or refund(full or partial)of purchase price . from Crafco,Inc. All claims for breach of this warranty must be made within three(3)months of the date of use or twelve(12)months • from the daze of delivery by Crafco,Fie,whichever is earlier. There shall be no other warranties expressed or implied. Far optimum performance,follow Crafco recommendations for product installation • ! ! ! ! enNA.a,r o,Inc,All 1L,4rts a.. .d i • • clz�� APPLICATION INSTRUCTIONS lee • ■ FLEXIBLE PAVEMENT Al FUGONG COMPANY ADHESIVE 420 N.Roosevelt Ave.•Chandler AZ 85226 JANUARY 2004 • 1-800-528-6242•(602)276,0406•FAX(480)961-0513 www.crafco.com . READ BEFORE USING 7tg15 PRODUCT . GENERAL: Crafco Clot Applied Flexible Pavement Marker STORAGE: Pallets of boxed product arc protected with a Adhesive is a hot melt thermoplastic material which when wcathcr resistant covering. During storage,the protective wrap • properly used and applied bonds markers and mflectars to both must be kept on the pallets to prevent boxes from getting wet. I£ asphalt and concrete pavement surfaces. Being a hot melt boxes are subjected to moisture,they may lose strength and crush . composition,Cmfco Marker Adhesive sets up on cooling and is resulting in pallet leaning IF rips in the pallet covering occur ready for traffic in less than 5 minutes. For detailed product data during handling, they should be repaired to help maintain . and specifications, refer to the Crafco Product Data Sheet for packaging integrity, Pallets should be stored on a level surface Flexible Pavement Marker Adhesive, which is dry and has good drainage. Product material propertics • are not affecied by packaging deterioration. i MELTING: Crafco Marker Adhesive should be melted and heated in either 0acrmostatically controlled double boiler type SAFETY AND USAGE PRECAUTIONS: Since Mot-Applied iunits utilizing heal transfer oil or thermostatically controlled Flexible Marker Adhesive must be heated to elevated electric hearing pots. Direct flame melting units must not be temperatutcs to prepare for use,it is essential that operations be iused. Contact Crafoo for recommendations regarding other types conducted in manners which assure safety of the application of mcltcrs. Marker Adhesive should be heated to between 375OF personnel and others. All personnel associated with use of the . and 425OF(1900C—218°C)for application. For best results,use material need to be aware of the hazards of wing hot-applicd i a Crafoo mellcr/applicator to melt and apply product. materials and safety precautions. Before we, the crew should read and understand product and safety information in on the box • PAVEMENT TEMPERATURES: To achieve best and all sections of the product Material Safety Data Sheet. This per£omaance,pavement surface tcmperature during application is sheet which is supplied with each sbipment, describes the irecommended to he at least 50OF (10°C). If martaws are to be claamcteristic5 of Ibu product m well as any potential health applied in cooler temperatures, the pavcmcnl surface may be hazards and precautions for safe handling and use. User should igently heated with an open flame or other approved method check D.O.T. requirements for transportation of adhesive at . immediately prior to marker application. elevated temperatures above 212`F(I OO'C). i PAVEMENT CLEANTNG PROCEDURES: The pavement on HAZARDS ASSOCIATED WITH ROT-APPLIED which markers or reflectors are being applied should be clean, MATERIALS: Skin contact with hot-applicd materials causes • fee from dust, oil, dirt or other contaminants and dry. Air bums. Over exposure to fumes may cause respiratory tract blowing, wire brushing or sandblasting may be required to irritation,nausea,or headaches. Appropriate precautions need to . adequately prepare the pavement surface. be taken to prevent contact with the hot material and to avoid inhalation of fumes for everyone in the vicinity of the work area. • APPLICATION OF MARKERS: Not-Applied Flexible Safety precautions should include: 1. Protective clothing to • Marker Adhesive should be applied to the pavement suuface in a prevent skin contact with hot material. 2. Care when adding puddle approximately two-thirds to three-fourth the diameter of blocks of product to melters to reduce splashing. 3. Careful i the marker. Markers should be applied to the adhesive operation and control of wands or pow pots which are used to immediately (within 10 seconds) to assure bonding. Markers apply product. 4. Traffic and pedestrian control mcasurm which i should be pressed down to force the adhesive out beyond the meet or exceed local requirements to prevent access to work perimeter of the marker and to limit the thickness of the adhesive areas while product is still in a molten state. 5. Avoidance of . between the pavement and the marker, material fumes. 6. Proper application configurations with a minimum amount of excesses of material. 7. Appropriate clean i APPLICATION LIFE: Application life at application up of excessive applications or product spills. temperatures is approximately 12 to 15 hours in indirectly heated i type melters. Application life may be extended by adding fresh ADDTTIONAL INFORMATION: Additional information is i blocks of adhesive as quantity in the kettle decreases. The available by contacting your distributor or Crafco, Inc. This adhesive should be agitated while being applied. The adhesive information includes 1) Product Data Sheets,2) Material Safety • may be reheated to application temperature once,after the initial Data Sheers,3)Safety Manual, heat up. Additional reheating of the material may result in idegradation of properties. When the application life has been • exmcded, the adhesive will begin to thicken, become "stringy" and may then gel. If this should occur, the adhesive should • immediately be removed from the kettle and discarded . CLEAN OTIT: If the equipment being used is a type that requires clean out of pumps and plumbing, follow the • manufachuer's clean out procedure instructions. I£solvent is used for clean out, insure that the solvent does not contaminate • axe adhesive because adhesive dilution and flash problems may occur, • • • • • Ie TENCATE • • M1' ra f "I » ? SQILINC STPESS IIEIIQ ADHESIVE • BONDING 0 Mirafi° MPV600 Mirafi® MPV600 is a heat-set, nonwoven, polypropylene geotextile with high asphalt absorption, specifically designed for asphalt overly applications. Mirafi° MPV600 meets the AASHTO M 288-00 specification for paving fabrics. Mirafi° MPV600 is inert to biological • degradation and resistant to naturally encountered chemicals, alkalis, and acids. • Minimum Average . • Mechanical Properties Test Method Unit Roll Value • MD I CD Grab Tensile Strength ASTM D 4632 N (Ibs) 534 (120) Grab Tensile Elongation ASTM D 4632 % 50 • Asphalt Retention ASTM D 6140 I/m' (gal/yd') 1.2 (0.3) (az/ftz) (3.7) ♦ Melting Point ASTM D 276 °C (-Fj 163 (325) • Mass per Unit Area ASTM D 5261 156 4.6 UV Resistance after 500 hours ASTM D 4355 % Strength 7p • Retained . Physical Properties Unit Typical Value • Roll Width m ft 3.8 12.5 Roll Length m ft 110 360 ♦ Roll Area m' d' 418 500 Estimated Roll Weight k Ibs 77 170 • ♦ Disclaimer: TenCate assumes no liability for the accuracy or completeness of this information or for the • ultimate use by the purchaser. TenCate disclaims any and all express, implied, or statutory standards, warranties or guarantees, including without limitation any implied warranty as to merchantability or fitness for . a particular purpose or arising from a course of dealing or usage of trade as to any equipment, materials, or • information furnished herewith.This document should not be construed as engineering advice. • • • `Io TENCATE . materials that make a difference . FGS000355 ETQR17 • ♦ • • • • • • 200'912010 ANNUAL OVERLAY PROGRAM • RESIDENTIAL LOCAL STREETS CONVENTIONAL ASPHALT OVERLAY • $eC ID'N�rtie,';; From To' Width ft Lendtfi'ff Area'ft . 1144180 PASEO EL MIRADOi3 AVENIDA CABALLEROS PASATIFMPO ROAD 28 770 23,454 1144185 PASEO EL MIRADOR PASATIEMP'O ROAD LINDA VISTA ROAD 21 766 16,086 1144190 PASEO EL MIRADOR LINDA VISTA ROAD PASEO DE ANZA 32 273 8,784 • 1344140 JULIAN ROAD JUANITA ROAD FARRELL DRIVE 25 242 6,050 1344145 LIVMOR AVENUE FAR'RELL DRIVE 40'WEST OF CIVIC DRIVE 25 1,625 40,625' 1344150 MORSUN CIRCLE LIVMOR AVENUE N END 25 198 7,30E 1344155 EASEMOR CIRCLE LIVMOR N END 33 511 18,801 • 1344160 PLAIMOR AVENUE EASMOR CIRCLE AIRLANE DRIVE 25 1,227 30,676 1344165 AIRLANE DRIVE PLAIMOR CIRCLE LIMOR AVENUE 25 342 8,550 • 1344170 AIRLANE DRIVE LIVMOR AVENUE ANDREAS ROAD 25 342 9,090 • 13441 55 SYBIL ROAD LIVMOR AVENUE PLAIMOR AVENUE 125 335 8,375 1344200 LOUELLA ROAD LIVMOR AVENUE ANDREAS ROAD 32 360 11,520 • 1344280 DESERT PALMS DRIVE SATURMINO DRIVE SUNRISE WAY 36 408 14,688 1344305 SATURMINO ROAD ALEJO ROAD DESERT PALMS 35 638 22,059 1344310 SATURMINO ROAD AMAD'O ROAD ANDREAS ROAD 33 727 23.991. 1344315 SATURMINO ROAD ANDREAS ROAD TAHQUITZ CANYON WAY 32 373 13,284 • 1344380 CERRITOS DRIVE TAHQUITZ CANYON WAY ANDREAS ROAD 36 360 12,060 1344400 LURING DRIVE SATURMINO DRIVE ANDREAS ROAD 23 705 17,793 • 1344425 SUNSET WAY TAHQUITZ.CANYON WAY AMADO ROAD 33 1,260 41,580 • 2344145 HERMOSA DRIVE MESQUITE AVENUE SAN LORENZO ROAD 21 233 4,893 • 2344150 HERMOSA DRIVE SAN LORENZO ROAD S. RIVERSIDE DRIVE 37 231 8,547 O,VERLAY.TOTAL 348,213 • • • • • • • • • • • • • • • • • • . 2009/2010 ANNUAL OVERLAY PROGRAM LOCAL RESIDENTIAL STREETS • SECTION 11 MAP • vlsriL cRlrw • j w • RAYMOHO CHEE • JR, HIGH . e SCHOOL o � fu.ALE f or.z.ar KuT-R CLUE i•}TAOOi • AruO wnfl Ytl4 O"A • T [A cflu ' NOAD c —4 ♦p . E lm nc, L rccuE • T . w rri ri .T'OI JIR Y'mry q1"J" • M.`Lv ` / S[C EL MIMOOfl • OWNT 1 J • HOSPITA4�--+ A T rc["Eoa sua y Is • � v r 7 RIV } • Is n�.�.r KATHCIIIME Ana FIKCHSCHOOL - l-� w SCHOO rrcTiL L. 2 WAY • ::: .. :.::. fl . . MAHOv...PARW-:;,. • He NrvAT[ rvE�av a . ROAD o ��L :L.A • 1 �i�• v LY • S—,A a z L Y 3 i a IF • V ALE40 ROAO • • • • • • • • 2009/2010 ANNUAL"OVERLAY PROGRAM • - LOCAL RESIDENTIAL STREETS • SECTION 13 MAP i Am co RoA° 01 ol ol if c 1 I •i x • 1 �-° • ( a YeaRT uAu .J � xxff �� t} • _ � r ro i e J w � 3 � • y �. ! Y ANPF6A5 !� W t _ CITY HALL • YANOUIT2 I M'CCALLUM WAY = : � "- i • f..-.-.1 ~•:::..1� � POLICE tim f 6EPT. ¢h 9� pa i PALM 9PHIHCL :! ax t MALL g •. a a • . ' • �L19RARY � .j o`L%CAA[.hF •[ Iflf 'i ••���ti'1/ .. : • lla s, df$k'YP:K.v 'M i yv.• I :e`SYibr i'r i; Y3 `511NR15E, PLA ,r` t�` K PALM 7PHIH'YII HICH $CHCOL iv�:o[tiy`C•5yh{y. i.3.i. "h:.::rN I .�.,.. •v`<�' ;,' � c';::�'a 1 � ■t rHlRLSASCHOOL �. AAMnN _:'ROAD •_ E t •. F. j • • • • 2009/2010 ANNUAL OVERLAY PROGRAM • LOCAL RESIDENTIAL STREETS • SECTION 23 MAP t RUAON= (LOhC r a _ ' y cAwl.• 1 r t • Y y S O CAM IN C La tiC .aw CL A 4 F fY Ouxa n 's •� +ery ra E •� TAlu msi CHECK CHANNEL OIL _ f r r :� a•, CjPA v urs0ulTC Av„— Imo-"'y r Y CAHUILLAJ SCHOOL C •fir o ANrnAVExA OA N• 1I 11 i • ewe DR w 9MIRM DR. . y ILSHCRL a•ON OM4 C€1 4a AG PL v""o . l - l • .. I w' - EASS PA4M C"yorl 4I[%qa