Loading...
HomeMy WebLinkAbout05794 - BOND BLACKTOP INC 2008-09 ANNUAL SLURRY SEAL CP 08-27 CITY OF PALM SPRINGS CONTRACT CHANGE ODDER To: Bond Blacktop Date: August 4, 2009 P.O. Box 616 Project No.: 08-2 7 2828 Faber Strcet Project: 2008/2009 Annual Slurry Seal Union City, Ca 94587 Change order Number two (7) Purchase Order Number 09-0684= 0 Account NO(s). 134-4498-50000 415-6100-46100 134-4498-50100 CRANGES IN WORK/COST Increase to Contract Quantities CCO 1 Item A Crack rill/ Slurry Section 3 a-17,990sq. ft. a$0.1 I per sq_ 11_ $1,978.90 New Item Multi-tire roller Labor and Equipment Lump sum item $1,274.68 Total Change Order Amount $3,253.58 REASONS FOR CHANGEES: Change order No. 1,Item A allowed for crack filling and slurry placement of selected streets within Section 2. Prior to work, the square footage was estimated to be 436,186 sq. ft. The actual footage required to complete the work was found to be 454,176 sq. ft. This change order compensates the Contractor for the additional 17,990 square feet that were constructed. New item: During the Airport phase of the project, Airport officials requested the use of a pneumatic roller on the micro surfacing application of the Loop Roads and parking lots so they could be used by Airport traffic sooner. This is a balancing change order, all contract quantities are final. SOURCE OF FUNDS Account Numbers; 134-4498-50000 $1,978.90 415-6100-46100 $1,274.68 Summary of Cost Contract Time Original Contract Amount $580,770.90 Original Completion Dam: July 16, 2009 This Change Order $ 3,253.58 Days Added for this C.C.O.: --- 0 --- Previous Change Order(s): $ -7,668.70 Previous Days Added: --- 0 — Revised Contract Amount: $576,355.78 Revised Completion Date: July 16, 2009 1 i i I have received a copy of this Change City�'ppro'nal: Order and die above AGREED P MCFS iyy l 1 c, are acceptable to the contractor. Submiacd By G ( `— Date 9 J�` Senior Public Works Inspecwr Contracmr: BOND BLACKTOP �p/cs ''� � Approved By Date���iiifff/// City-Engineer ` Dace: Approved Date' Attesce d CiryClcrk Dismbution: _ a ' a .ks.9tted Copies .anfnrmcd-File�gn_v Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspccror (1) Finance (1) APPROVED 6Y CITY COUNCIL E i l i 2 t . G l DOCUMENT TRACKING Page:1 Report,: One document Detail September 1,2009 Condition: Document Numbera5794, Document# Description Approval pate Expiration Date Closed Date A5794 Annual Slurry Seal FY 2008.09 CP 08.27 02/1812009 0310812010 Company Name: Bond Blacktop, Inc. Address Ed Dillion,President, 2628 Faber Street,Union City,CA 94587 Contact: Mr.Dillion Group: ENGINEERING Contract Amt. Total Paid Balance Service: In File $573,102 20 $573,102.20 xRef: MARCUS FULLER (760)323.8160 Ins.Status: Certificate and Policies are OK Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid kdh Council approved Item 5C 02118/2009 $580,770,90 Track Notes: 5.C. AWARD CONTRACT FOR THE FISCAL YEAR 2008.09 ANNUAL SLURRY SEAL PROJECT(CITY PROJECT NO.08.27)- ACTION: 1)Approve an Agreement with Bond Blacktop, Inc.,in the amount of$580,770.90,for Bid Schedules A, B,C, E,and F,for the Fiscal Year 2008-09 Annual Slurry Seal Project(City Project No 08-27);and 2)Authorize the City Manager to execute the Agreement A5794.Motion Counalmember Hutcheson,seconded by Mayor Pougnet and unanimously carried(4.0)on a roll call vote,noting the absence of Mayor Pro Tem Mills. kdh to CM for sig IN FILE 03/0912009 03/06/2009 kdh CO I to CM for sig 0610112009 $-7,668 70 kdh CO I distrib to Carrie R IN FILE 0610312009 kdh to Rec OF via Felipe 08/1912009 Win 2009.0431414 08119/2009 ENOOF REPORT*****" OCc1� DOG # 2009--043 1 4 1 4 08/19/2009 08:00A Pee:NC Page 1 of 1 Recorded in Official Records County of Riverside Larry W, Ward Assessor, County Clerkl8 Recorder RequestedRecording by and IIIIII IIIIIIIIIII IIIIIIIIII I IIIII IIIIII I III ;;F�=., After Recording Return to: s R U PAGE SIZE I OA MISC LONG RFD COPY City Clerk City of Palm Springs M A L 1 466 1 426 PCOR NCOR SMF t�HGM Box 2743 PalmSAllllgs�g47763 2 7" ryl' T: CTY UNI Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply. NOTICE OF COMPLETION � �Vl E C; 'I NOTICE IS HEREBY given that 802 I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the Slate 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 Friday July 10,2009 V, The name of the contractor(if named)for such work of improvement was Bond Blacktop Inc, VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of CalifOmla, is described as follows: 200812009 Annual Slurry Seal City Project No. 08-27 VII. Nature of Interest: Fee Owner 'Vill-The property address or location of said property is: Various City Streets in Sections 2 and 3 including separate work within the Palm Springs International Airport. fX. City Project No.08-27,Agreement Number: 5794, Minute Order No.: N/A CITY OF PALM SPRINGS: BY: !E, DATED: 27-S `0 4 Senior Public Works Inspector Michael Lytar BY: �' DATED: v4 Director of Publi6 Works/City Engineer David J. Baraklan 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. IY �v - ' Clerk-James Thompson Index No. 1209 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Bond Blacktop Date: April 10, 2009 P.O. Box 616 Project No.: 08-27 2878 Faber Street Project•. 2008/2009 Annual Slurry Seal Union City, Ca 94587 Change order Number one (1) Purchase Order Number 09-06K 0 Account NO(s). 134-4498.50000 134-4498-50100 415-6100-46100 CHANGES IN WORK/COST Decrease/Increase to Contract Quantities Sid Schedule A Item 1 Traf r Control Lump sum Item -S329.79 Item 2 Slurry/Indian and Racquet Club -449,362 sq. ft. @ S0.11 per sq. ft. -S49,429.82 Item 3 Asphalt Curb /Racquet Club +185 Lh. @ 56.00 per LP. +$1,110.00 Item 4 Striping/Indian and Racquet Club Lump sum Item -S 13,993.20 New Items Item A Slurry/Streets in Section 2 +436,176 sq. ft. @ $0.11 per sq. R +S47,979.36 Item B Striping/ Streets in Section 2 Lump Suan Item +$6,994.75 Total Change Order Amount —Decrease— -$7,668.70 REASONS FOR CHANGES: Items 1,2,mid 4;after the project began it was determined that Indian Ave.from Vista Chino to San Rafael Rd. as well as Racquet Club Rd. from Palm Canyon to Indian Canyon Dr.would be deleted from the slurry contract and added to a future AHRM Overlay Project. In exchange for the deleted work, several streets in section 2 were added to the schedule for Slurry Seal and Striping. (See attached sheet marked exhibit"A" for a list of the streets to be added from section 2) Item 3 is being expanded by installing an additional 185 lineal feet of asphalt concrete curb to Racquct Club, which was recently lengthened as part of a private development. SOURCE OF FUNDS 134-4498-50000 -$7,668.70 Summary of Cost Contract Time Original Contract Amount $580,770.90 Original Completion Date: July 16, 2009 This Change Order: -$7,668.70 Days Added for this C.C.O.: -- 0 — Previous Change Order(s): —0-- Previous Days Added: -- 0 -- Revised Contract Amount: $573,102.20 Revised Completion Date: July 16, 2009 1 have received a copy of this Change City Approval: Order and die above AGREED PRICES are acceptable to the contractor. SubmittedBy_ Hi Date Senior Public Works Inspector l BY _ Approved By. Date Z9 Contra is Oi�ID BLACKTOP City-Engineer Date �f Approved 1 Dace k 03 6 City-Manager Atteste - Date City-Clerk Distribution: Original Executed Copies bD APPROVED BY CITY COUNCIL Conformed-File Cony Contractor (1) ,1� �� ��1q� En-ineenngFile (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) (,O\ APPROVED BY CITY MANAGER 2 SECTION 2 - Additional Streets 2008-2209 Slurry Seal Area ft PCI 0244045 ACE CR ALEXANDER WY N END AC Collector 33 381 6,804 51 0244210 JACQUES DR VIA ESCUELA N END AC Local 32 406 15,012 51 0244195 AURORA DR RACQUET CLUB RE) VIA ESCUELA AC -Local 36 1,248 44,928 55 0244226 BERNE DR VIA ESCUELA N ENE) AC ,Local 1 32 408 15,075, 65 0244200 GEORGE DR VIA ESCUELA N END AC Local 32 407 15,129 55 0244115 LUNA OR AURORA DR W END AC Local 32 164 7,623 65 0244205 ROBERTO OR VIA ESCUELA N END AC Local 32 406 15,012 55 0244050 ROCK CR ALEXANDER WY N END AC Local 33 144 6,867 55 0244055 TRAIL OR ALEXANDER WY N END AC 'Local 33 144 6,867 55 0244110 GEM CR AURORA DR W END AC Local 32 164 7,623 57 0244035 SPENCER DR VIA MIRALESTE DUANE RD AC Local 33 930 31,230 57 C244030 ALEXANDER WY AVENIDA CABALLE VIA MIRALESTE AC Local 33 1,275 42,075 58 0244130 ADOBE WY KITTYHAWK DR AURORA DR AC Local 32 366 12,339 62 0244060 DELGADO RD HERMOSA DR CARILLO RD AC -Local a 385 11,349 62 0244040 DUANE RD SPENCER bk ALEXANDER WY AC Local 33 365 12,5$2 62 0244095 DURO CR AURORA DR VV END AC 'Local 28 134 6,444 62 0244100 ESTIO CR AURORA DR W END AC Local 28 132 6,381 62 0244105 FUERTE CR AURORA DR VV END AC Local 28 132 6,381 62 0244070 LARGO OR HERMOSA DR W END AC Local 28 141 6,633 62 0244075 LINDO OR HERMOSA DR W END AC Local 28 139 6,579 62 0244080 MADERO OR HERMOSA DR W END AC Local 28 1108 6,552 62 0244120 PADUA WY AURORA DR KITTYHAWK DR AC Local 32 358 12,087 62 0244090 PAJARO RD SLANbO RD AURORA DR AC Local 28 326 9,666 62 0244085 BLANDO RD VIA ESCUELA PAJARO RE) AC Local 28 995 28,404 63 0244065 CARILLO RD DELGADO RE) VIA ESCUELA AC Local 28 1,010 28,278 63 0244125 KITTYHAWK DR PADUA WY ADOBE WY AC Local 32 753 25,353 63 0244425 VIA MIRALESTE RACQUET CLUB RD VIA ESCUELA AC Collector 33 1,300 42,903 63 Sbb_tjdW2'T,-GTAL.,SF 436,176 A , AGREEMENT THIS AGREEMENT made this � day of W\kAV, 200_j_, 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 Bond Blacktop, Inc., a California corporation hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL on Farrell Drive between Ramon Road and East Palm Canyon Drive; and construction of Type II Slurry Seal on various City streets in Section 3, Township 4 South, Range 4 East between San Rafael Road south to Vista Chino Road and Indian Canyon Drive west to foothills; traffic striping; and all appurtenant work" The Work also includes construction of crack-sealing and Type II Slurry Seal on certain access roads and parking lots within the Palm Springs Airport, and crack-sealing only of certain access roads and parking lots within the Palm Springs Airport. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard 200812009 SLURRY SEAL .. �� AGREEMENT FORM CITY PROJECT NO,08-27 apt +� ''' • " '- AGREEMENT AND BONDS-PAGE 1 Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ARTICLE 3 -- CONTRACT PRICE $580,770,90 Bid Schedules A, B, C, E and F 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 number 01 , and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in Said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 2008/2009 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.08-27 AGREEMENT AND BONDS-PAGE 2 i2imina The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Date - BY City Clerk Agreement No. APR VED AS TO FORM: APPROVED BY, lCITY COUNCIL 1, By - � p a A$-()� Jf, arc �• it��t�y /ffilbft D/V Date 3 ;2 'c� CONTENTS APPROVED: By 0/1— City Engineer Date a� 1~By City Ma er Date ��• 2008/2009 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO,08-27 AGREEMENT AND BONDS-PAGE 3 19193/nR Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: bond Blacktop. Inc. Check one:_Individual_Partnership X Corporation Address: 2626 Faber Street / Union City, CA 94587 By: r�{C� �l �f,:lr� By: Signature (notarized) Signature (notarized) Name: Edward Dillon Name: See Letter of Resolution Title: President 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) **SEE ATTACHED NOTARY ACRNOWLEDGEMENT** State of 11 State of n County of ❑SS County of Uss 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 an 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) an 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 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.08-27 AGREEMENT AND BONDS-PAGE 4 9 2/23/08 n Y ACKNOWLEDGMENT State of California County of Alameda ) On February 27, 2009 before me, Kristin Ericson, Notary Public (insert name and title of the officer) personally appeared Edward Dillon who proved to me on the basis of satisfactory evidence to be the persons) whose names) israre- subscribed to the within instrument and acknowledged to me that he/S4494 ay-executed the same in hisfNef/the r authorized capacity{tes-), and that by hisfher/their-signatures}on the instrument the person(s), or the entity upon behalf of which the person(s}acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. O KRISTINERICSON Commisslon all 17d9089 WITNESS my hand and official seal. Notary Public -California Alamaac County Comm "la,solx (Seal) Bone BLACKTOP, Inc. COMPLETE ASPHALT MAINTENANCE Certification by Secretary of Corporate Resolution At the meeting of the Directors of Bond Blacktop, Inc., a corporation organized and existing tinder the laws of the Slate of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on April 22"a 2004 at which a quorum of the directors was present the following resolution was adopted to wit: Resolved, that Edward Dillon, President and Secretary is hereby authorized to sign contracts/agreements in the name of and on behalf of Bond Blacktop, Inc, I, Edward Dillon, Secretary of Bond Blacktop Inc., do hereby certify that I am Secretary of said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on April 22"a, 2004 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed my naive and affixed the seal of said corporation. Date Edward Dillort, 5(�J'CTettc}• P.O. Box 616, Union City, CA 94587 Phone (510) 441-9981 Fax (510) 441-9982 Contract Lit. #746432 BID DOCUMENTS r 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 nonresponsive and subject to rejection. I C 200812009 SLURRY SEAL CITY PROJECT NO.08-27 12/23/08 COVER SHEET BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: 2008/2009 ANNUAL SLURRY SEAL + CITY PROJECT NO. 08-27 A 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 01/26/09 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 SLURRY SEAL CITY PROJECT No.08-27 BID AGREEMENT 12/23/08 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 02/03/09 Bidder: Bond Blacktop, Inc. By: �ld��'•i AJ(./1. _ (Signature) Title: Edward Dillon, President I 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 BID AGREEMENT 12/23/08 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 Various City Streets in Section 3, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price / 1. Traffic Control - - - LS $ S7 C�nn ,/ Crack-sealing, crack-filling and Z$Z7 S56 l0 µ� I construction of Type II Slurry Seal, including mobilization, and all 2. appurtenant work on various City 2,280,510 SF $ $ ,-gr7 streets (as listed in the Appendix) within Section 3, Township 4 South, Range 4 i East. Construct Type E1 asphalt concrete / 3 curb along the north side of Racquet 1,850 LF $ $ 4// Ice-' / Club Road from Michael Drive to Leonard Road Removal and replacement of all existing traffic striping (Including all non- 4. reflectorized and reflectorized raised - -- LS $ pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ 4 3741 � • l° zf�lb ,T (Price in figures) / /��✓{� / (J YI V'✓V-(� e' 'n LJi`Y 1hOLi Wh d.' �rr.r •la]N[Yc� SC[]r�L �.V 4It�S' IN•i l-�P �I�4' CC•'Lt\ (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2008/2009 SLURRY SEAL CITY PROJECT NO,08-27 BID SCHEDULE A 12/23/08 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL. CITY PROJECT NO. 08-27 Farrell Drive from Ramon Road to East Palm Canyon Drive in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price / 1. Traffic Control --- LS $ Crack-sealing, crack-filling, and construction of Rubberized Emulsion- / Aggregate Slurry Seal, REAS (or FLEX 2. SEAL), including mobilization, and all 322,200 SF $ $— 3 appurtenant work on Farrell Drive from Ramon Road to East Palm Canyon Drive. Removal and replacement of all existing J traffic striping (including all non- o^ 3. reflectorized and reflectorized raised --- LS $ pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID S�HEDULE B: -� (Price in/ figures) ©!7� �IGH�✓r G� Ik�eC I�.oc1 SC.•�u� �n .iKcL-�_e` !n•..-� I ^yG C4�f�a�. N.o Crl-rc (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2008/2009 SLURRY SEAL CITY PROJECT NO.08.27 BID SCHEDULE e 12l23/08 BID FORMS-PAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 North Airport Loop Road, Airport Short-Term Parking Lots A, B & E, and Airport Long-Term Parking Lot C In Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price 1 1. Traffic Control --- LS $ Crack-sealing, crack-filling, and construction of Microsurfacing, including mobilization, and all appurtenant work 2. within the Palm Springs Airport, on the 419,265 SF $ North Airport Loop Road, Airport Short- Term Parking Lots A, B, & E, and Airport Long-Term Parking Lot C. Removal and replacement of all existing / traffic striping (including all non- m ✓/ 3. reflectorized and reflectorized raised --- LS $ 2 • y pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE C: t�v W zl�l // (Price in figures) r rF_�'1-v_ -511( L•o„c�.-i c( Iwn 4..11-Ij LQ, l- •,rNr' l(a c C'�r,G_'IY C r.i•{-. c (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2008/2009 SLURRY SEAL CITY PROJECT N0,08-27 BID SCHEDULE C 12/23/08 BID FORMS-PAGE 6 BID SCHEDULE D Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 Airport Rental Car Parking Lots A & B In Palm Springs, California Item description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- LS $ Crack-sealing, crack-filling, and construction of Microsurfacing, including 2. mobilization, and all appurtenant work 135,858 SF $ within the Palm Springs Airport, on the Airport Rental Car Parking Lots A& B. Removal and replacement of all existing traffic striping (including all non- do 3. reflectorized and reflectorized raised -- - LS $ � pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF BID SCHEDULE D- �� / (Price in figures) � 1 / (� 21,.4 rY=C l O�Co-• e e�.,� h Le{ rc P i C n �l .. �'v 0".v (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 BID SCHEDULE D 12/23/08 BID FORMS-PAGE 7 BID SCHEDULE E Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 South Airport Loop Road, Airport Long-Term Parking Lot D, Taxi/Bus Parking Lot, and Airport Employee Parking Lot In Palm Springs, California Item Description - Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control -- - LS $ f �= J Crack-sealing and crack-filling, including mobilization, and all appurtenant work --- 2 within the Palm Springs Airport, on the LS _9. y�� South Airport Loop Road, Airport Long- "See Note Term Parking Lot D, Taxi/Bus Parking below Lot, and Airport Employee Parking Lot. TOTAL OF ALL ITEMS OF BID SCHEDULE E: jj rr ff (Price in//figures) A6�C' Iil. Gene ✓ NJ. e.0 ) n Imo/ �i f CF)//G Go C C (Price in words) "Note, for purposes of bidding the amount of crack-sealing, the total area of the surfaces to be crack-sealed is 378,623 square feet. All cracks or wider within these areas shall be crack-sealed in accordance with the Special Provisions. Bond Blacktop, Inc. Name of Bidder or Firm 2008/2009 SLURRY SEAL CITY PROJECT NO.08.27 BID SCHEDULE E 12/23/08 BID FORMS-PAGE 8 BID SCHEDULE F Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 Airport Delivery Access Road and Kirk Douglas Way (from the Employee Parking Lot to Ramon Road) In Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control -- - LS $ Crack-sealing and crack-filling, including J mobilization, and all appurtenant work --- 2 within the Palm Springs Airport, on the LS $ ®O Airport Delivery Access Road and Kirk *See Note Douglas Way (from the Employee below Parking Lot to Ramon Road), TOTAL OF ALL ITEMS OF BID SCHEDULE F: $ za ✓ akl )VP (Price in figures) c�v ��.,- ; c n C r. • FS (Price in wards) 'Note, for purposes of bidding the amount of crack-sealing, the total area of the surfaces to be crack-sealed is 287,670 square feet. All cracks '/4" or wider within these areas shall be crack sealed in accordance with the Special Provisions. Bond Blacktop, Inc. Name of Bidder or Firm 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 BID SCHEDULE SUMMARY 1Z123108 BID FORMS-PAGE 9 BID SCHEDULE SUMMARY Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 In Palm Springs, California TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH F (BASIS OF AWARD): $ 6�:120' ac9g c,7I L4, SCR . t>q ►� ���� (Price in figures) / Y` Lkc-cE� J en L. ,✓ nllr. (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work_ Bond Blacktop, Inc. Name of Bidder or Firm I i II I 2008/2000 SLURRY SEAL CITY PROJECT NO.08-27 BID SCHEDULE SUMMARY 12/11/08 BID FORMS-PAGE 10 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder Shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor- After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address `G �,5o s..rti �;/� a•� = 2- 3- 4- 5. 6. 7. 8- 200812009 SLURRY SEAL CITY PROJECT NO.08-27 12123/08 LIST OF SUBCONTRACTORS BID FORMS-PAGE 11 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) SS. County Of Alameda ) I Edward Dillon being first dui sworn deposes and says that i 9 Y , p Y I he or she is President of I Bond Blacktop, Inc. the party making the foregoing Bid, that the Bid Cis 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 Edward Dillon By �4 ,,7-j,C4/r��ryam Title President Organization Bond Blacktop, Inc. Address P.O. Box 616 Union City, CA 94587 200812009 SLURRY SEAL CITY PROJECT NO.08-27 NON-COLLUSION AFFIDAVIT 12123/08 BID FORMS-PAGE 12 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. i 1. BIDDER/C0NTRACT0R'S Name and Street Address: Bond Blacktop, Inc. 2828 Faber Street, Union City, CA 94587 2, CONTRACTOR'S Telephone-Number. ( 510 ) 441-9981 Facsimile Number: ( 510 ) 441-9982 3. CONTRACTOR'S License: Primary Classification A State License Number(s) 746432 Supplemental License Classifications . N/A 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety RLT Surety Address 505 14th Street, Oakland, CA 94612 - Suite 1100 Surety Company Willis Insurance Services Telephone Numbers: Agent(408)436-7012 Surety(510 ) 891-0118 5. Type of Firm (individual, Partnership or Corporation): Corporation 6_ Corporation organized under the laws of the State of: California 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: Edward Dillon President/Secretary/Treasurer P.O. Box 616 Union Citv, CA 94587 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 BIDDER'S GENERAL INFORMATION 12/23/08 BID FORMS-PAGE 14 I BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 20+ I I 9. List at least three related projects completed to date: **SEE ATTACHED** a. Owner Address �I Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address I 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 foryourfirm: Steve Pierce 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 SLURRY SEAL CITY PROJECT NO.08-27 BIDDER'S GENERAL INFORMATION 12/23/08 BID FORMS-PAGE 15 BOND BLACKTOP, INC. P.O. Box 616 Union City, CA 94587 Ph: (510) 441-9981 Fax: (510) 441-9982 Contractor's License No 746432 PROJECT REFERENCES CITY OF HOLTVILLE 121 W. Fifth Street CITY OF CONCORD Holtville, CA 92250 1950 Parkside Drive, MS/03 Contact: Fumi Hamanaka-Galvan Concord, CA 94519-2578 (760) 337-3883 Contact: Anita Bell-Karno (925) 671-3301 Street Improvement Protect 2007/2008 2007 Slurry Seal Program RFQ-2090 Completed. April 2008 Completed: June 2007 Contract Amount: $419,045.00 Contract Amount: $713,063.00 CITY OF INDIAN WELLS CITY OF SAN JOSE 44-960 Eldorado Drive 4420 Monterey Road Indian Wells, CA 92210 San Jose, CA 95111 Contact: Bondie Baker (760) 776-0237 Contact: John Burchfiel (408) 277-4569 FY 07/08 Pavement Maintenance Slurry Seal 2008, Various Locations Protect#93-70 Completed: Completed: May 2008 Contract Amount: $2,692,877.00 Contract Amount $297,135.00 CITY OF SAN CLEMENTE CITY OF MERCED 910 Calle Negocio, Ste. 100 678 West 18th Street San Clemente, CA 92673 Merced, CA 95340 Contact. Gary Voborsky (949) 361-6132 Contact: James Ainslie (209) 385-6923 FY 08/09 Annual Street Slurry Sealing 2007 Slurry Seal, Phase 2, Protect No. 107072 Program Completed: January 2008 Completed: Contract Amount: $1,209,380.00 Contract Amount: $268,056.00 CITY OF NATIONAL CITY CITY OF FREMONT 1243 National City Blvd. National City, CA 91950 P.O. Box 5006 Contact: Byron Wade (619) 244-3418 Fremont, CA 94537 Contact. Jayson Imai (510) 494-4732 Slurry Seal Project FY 07-08 Specification No. 07-03 Slurry Seal 2007 Protect No. 8240 Completed: Completed: June 2008 Contract Amount: $321,550.00 Contract Amount: $520,248.00 acting/mastus/2007-2008Caylo6References Rev.1/20/2009 BOND BLACKTOP, INC. P.O. Box 616 Union City, CA 94587 Ph: (510) 441-9981 Fax: (510) 441-9982 Contractor's License No 746432 PROJECT REFERENCES CITY OF PALMDALE CITY OF CORONADO 38300 Sierra Highway 1825 Strand WayCoronado, CA 92118 Contact: Mikkee Livingston (661) 267-5300 Palmdale, 93550 Contact: Ngyra Stebbins (619) 522-2423 2007 Street Slurry Seal Program Project#589 Slurry Seal Pavement Maintenance FY 07-08 Completed: May 2008 Contract No. 08-CO-ES-383 Contract Amount: $227,004.00 Completed: July 2008 Contract $305,582.00 CITY OF SALINAS 200 Lincoln Avenue CITY OF SAN CLEMENTE Salinas, CA 93901 910 Calle Negocio, Suite 100 Contact: Mark Cook (831) 758-7379 San Clemente, CA 92673 08/09 Street Rehab. & Parking Lot Resurfacing Contact Gary Voborsky (949) 361-6132 and Improvement Project #9438 and 9106 FY 08/09 Annual Street Slurry-Sealing Completed: Program Contract Amount: $2,433,335.00 Completed: Contract Amount: $268,056.00 acctnCJmnsicrs/2007-200SCitylo6Referonces Rev.1/20/2009 BID BOND KNOW ALL MEN BY THESE PRESENTS, That Bond Blacktop, Inc. as Principal, and RLI Insurance Qompany as Surely, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: Ten Percent (10%) 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 Schedule(s)of the Citys Contract Documents entitled: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 .NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the. court. j I SIGNED AND SEALED, this loth day of January 200 9 , 3 PRINCIPAL: Bond Blacktop, Inc. Check one:—individual,_partnership, X corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: EI �AIIY IA RLI Insurance Company signature (NOTARIZED) V Print Name and Title: i Edward Dillon, President By By See Letter of Resolution � d signature t signature (NOTARIZED) (NOTARIZED) r Print Name and Title: Print Name and Title: Erin Bautista, attorney-in--Fact 2008/2009 SLURRY SEAL BID BOND(BID SECURITY FORM) CITY PROJECT NO.08-27 BID FORMS-PACE 13 12/23/08 ACKNOWLEDGMENT State of California County of Santa Clara On January 20, 2009 before me, Jean L. Neu, Notary Public (insert name and title of the officer) personally appeared Erin Bautista who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ subscribed to the within instrument and acknowledged to me that kdshe/+?trek executed the same in kis/herAtmir authorized capacity(ie# and that by%tr+sther:tkeir signature(s)on the instrument the personO, or the entity upon behalf of which the person(W acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. JEAN R. NEU F Commission 762652II II Wary PuUlic-Cplrom!p y San KIWO Covniy � My Comm.Expires Dac 27.2009�� Signat (Sea[) �� � ,5 L�� PRLI.O.Box POWER OF ATTORNEY P.O.Box 3967 Peoria,IL 61612-3967 Phone:(800)645-2402 1 Fax:(309)689.2036 RLI Insurance Company w .nccorpxom Know All Men by These Prevents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company,an Illinois corporation, does hereby make,constitute and appoint: Rradlev Wrizht Carol B.Nenry,Nicole Evans,Bryan D.Martin B.A Poitcvin, lean l..Neu Erin Bautista jointly f severally. in the City of San Jose , State of California its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars($25,000,000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 11 th day of December (2)1( an RLI Insurance Company ,���;ataceda P. Y S ��.a : _ By - Roy C.Di• Vice President State of Illinois l ,r[{�'NO\ } SS County of Peoria J CERTIFICATE On this I Ith day of noccmber 200E , before me, a Notary I, The undersigned officer of RLI Insurance Company, a stock Public,personally appeared Rny C. Die ,who being by me duly swam, corporation of the State of Illinois, do hereby certify that the attached acknowledged that he signed the above Power of Anomey as the aforesaid Power of Attorney is in fall force and cf&;ct and is irrevocable; and officer of the RLI Insurance Company and acknowledged said insrrument to furthermore, that the Resolurion of the Company as see forth in the be the voluntary act and dcod of said corporation. Power of Anomey, is now in force. In testimony whereof, I have her t set m haT,d and the seal of r� I Insurance Company dIPM�t day of .1 anuary 2� P' Y By: 7acque c M.Booklet Notary Public RLI insurance Company "OFFICIAL SEAL" _ weu""c GIACGUELINEM BOCKLER By. sWWOF S COMMISSION UPIRES 03/01/10 Roy C.Di Vice President 0400309030//o A0058707 ACKNOWLEDGMENT State of California County of Alameda _) on January 27, 2009 _before me, Kristin Ericson, Notary Public (insert name and title of the officer) personally appeared Edward Dillon who proved to me on the basis of satisfactory evidence to be the person(M•whose name(e) isfare subscribed to the within instrument and acknowledged to me That heisheftfley-executed the same in hisff'l -Ef iir authorized capacity+es.), and that by hisfher/theif signature( an the instrument the person st, or the entity upon behalf of which the person'acted, executed the instru ment. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ++��� KRISTIN ERICSON Commlaslon # 1784084 WITNESS my hand and official seal. s.i Notary Public -California Alameda County Comm. iMI8,2012 Signaturalk (� (Seal) BOND BLACKTOP, Inc. COMPLETE ASPHALT MAINTENANCE Certification by Secretary of Corporate Resolution At the meeting of the Directors of Bond Blacktop, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on Apri122nd 2004 at which a quorum of the directors was present the following resolution was adopted to wit Resolved, that Edward Dillon, President and Secretary is hereby authorized to sign contracts/agreements in the name of and on behalf of Bond Blacktop, Inc. I, Edward Dillon, Secretary of Bond Blacktop Inc., do hereby certify that I am Secretary of said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on April 2211d, 2004 and that said resolution has not been revoked or rescinded. In witness whereof, 1 have hereunto subscribed my name and affixed the seal of said corporation. Date d4 ate Edward Dillon,Sec;retary P.O. Box 616, Union City, CA J4587 Phone (510) 441-9981 Fax (510) 441-9982 Contract LIc. i174$432 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor Bond Blacktop, Inc. sy --- Title Edward Dillon, President 2008/2000 SLURRY SEAL CITY PROJECT NO.08-27 WORKER'S COMPENSATION CERTIFICATE 12/23/08 AGREEMENT AND BONDS-PAGE 5 STATE OF CALIFORNIA-DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 420603 San Francisco California 94142 FROM: AWARDING AGENCY EXTRACT OF City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 East 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 Bond Blacktop, Inc. 746432 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY P.O. Box 616 Union City 6. ZIP CODE 7. TELEPHONE NUMBER 94587 510-441-9981 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Various Street Locations within the City of Palm Springs 9, CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 08-27 $ 580,770.90 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 04 / 20 12009 {USE NUMBERS) 06 / 12 12009 / (USE NUMBERS) 13, TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL.HOSPITAL,ETC.) 14, Street repair- 71 NEW CONSTRUCTION KI ALTERATIONS 15, CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR($) Contractor and laborers to install hot asphalt-rubber sealant material 76. Is language included In the Contract Award to effectuate the provision of section ❑ Yes No 1777.5,as required by the Labor Coda?................ X . ............................................... Is language Included In the Contract Award to effectuate the provisions of Section No1776,as required by the Labor Code?.................................................................. Yes 0 17. SIG T�¢1RE � 18. TITLE 70. DATE MYJ Manager 3/06/2009 20. PRINTED P D NAME 21. TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement&Contracting 760-322-8368 Duplication of this Form is permissible DAB 13(rev.5101) -PUBLIC WORKS CONTRACTS . . BID 'RESULT CHECK LIST FOR CnY CLERK OFFICE: "AGR# AMOUNT ' rCity Pro JBCtNo; - - - MO#. DATE J Dates 'Publis,hed: = N''' � 1 ❑•-DIV:IND�APP NOTICE Y N Bid'Date'& Time,: Aldry j PROJECTI: Q� U SUCCESSFUL: 8. 4.. g 5. r "70..^•. . . INCOMPLETE BIDS. " (Non-responsive) - ,.. .. - - - r r WHY: �:: .. `'Re ui'red7 Y N. (ArrtcH iF REOU CONTRACTOR BACKGROUND CHECKt.y n- Ig q lato) Affidavit of Non-Collusion Signed.& Notarized'? Y N ❑7' Information required of bidder page completed7',•YkF(N El" Type;&Amountof Insurance Aequiredc'. vfPe' S[�l ' I"r /�I11Q. 71 .1T t NTrer-H.Mou�rt9 rrnc arccrrol �:• Contractors Licefise.No 7�; _ krZ Type(s) Status No. 'of days to,complete work ' qd Working 12aS �Calendar Estimated StartD'ate:" Estirnated;CompletiOri,;Date:"\"/e'7Ad'_ '14' 2��{9 ' . ' IFI r. �- r•-- t r No, of days in'which,to execute'contract after Notice.of'.I ' .,Award''Idete.City Clark transmits c,mracts for,execution): 'i:r r �Q`217 dr -_ S Davis-Bawn EXhibitS (SpocifV,Exhibits to be'cvmpleted'by Cvnttactvr7l - ' Any Ad'tlenda7` Y N ❑ No. Addenda, �' Signed.by Contractor? .Y,-ON L BONDS: r PERFORMANCE BONA � .rib' I %'I� -IPAYMENT.BOND,_ '�I�O . ',°G "CORRECTIDM REPAIR BOND °� BLANK BID SPECS, Successful Bidder: CASHIER'SICHECK? '.Y'❑ N '❑ I,DEPOSITED',I�NrTu'&;'A7 'Y..❑ ', 4E] Five (5) extra sets 'of bid specifications for c,gntract'execution ,-.Unsuccessfu) Biddersi , CASHIER'S�CHECK57 "Y'L© '•N,11 DEPOSITED IN'T, &A7`',Y; ❑ N ❑ ,Attached:, 'Y ❑ N�,❑. , Which Contractor(s): „ Provided Previously ,( DO SPECS & AGREEMENT-'FORM REFERENCE:• Public Contracts GovernmenT Code Sec:'22300 LJ Y N ❑ Labor Code 1777.5 Y Q w Labor Code, 1776 Y. 'California Standard Specifications EDITION Standard Specifications.for Public Works Constructio D EDITION , DATE: ^�. R7 O / BY: y DEPTr ��ze�/2jeT' .r - 20DS12009 ANNUAL SLURRY SEAL city Profoct 08-27 BID SUMMARY Bid SchaduloA Vanoy slurry 50nl Co. Pxvomnnt Coatln6:Co. Amofiwn Aaphall South,Inc. [ions Blacktop,Inc. ID FEW DESCRIPTION OUANTITY UNIT UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL 1 Trame Cootml 1 LS 30 000 00 ;30 000 00 30 000.00 S30 000 00 13 600 00 S13 600 00 0>000 06 S57 000 00 2 Cfackaoallnp one Typo ll s]mry 3 2280510 SF also $30260109 0147 S33523A 97 0.155 S35347905 0.110 5250,850.10 $oal SodlOn 3 Typn Ef Cull) I 1 050 LP tl 409 615.540 00 ]]00 51A 2A5.00 6.500 1 515]25.00 6.000 511 10000 A Traffic Strip IS 1 LS 20 U50 00 S20 850 00 22 000 00 522 D00 00 21,M770 $21 tla2 TO 55 650.00 555,65000 S428,991.09 $401,470.07 $404,"G.Ts $374,606.10 Bid Schedule Vallry Slurry So.]Co. Pavemonl Coatings Co. Ampdcan Asphalt South,Inc Bond Blackto,Ina IO ITEM DESCRIPTION QUANTITY UNIT UNITPRICE TOTAL UNITPRICE TOTAL UNITPCE TOTAL UNITPRICE TOTAL 1 T.H.Control 1 LS 1000000 S10000.00 I9.00000 51600000 4T5RI 200 14 75200 8055.00 S8055.00 Drno 2 Crnch-noallnO and REn$(Fonoll 322200 SF 0.289 S92,11520 0253 591152.60 0325 $104,715 Do 02A0 ST, 328.00 3 Tronm sirl In 1 LS 16"0O.c0 S104e.00 1]250.00 1 517250.00 1724600 151T 24600 1]850.00 51]B50.00 $119,6O:.1113 $127 432.60 $126,715,00 $103 233,01 Bid Sehedul.C VanOyslurry soal Co, Pavumont Coatings Co. American Asphalt South,Inc Bond Blacktop,Inc. 10 FEN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Tranlc Comm] 1 LS 1 a Doc 00 510 Doc 00 10 000.00 S10 00000 4 929 00 54 629.00 10 481 00 S10 401.00 Crock•:oannp and Mla :udatln6 (Norm AfTon LOOP 2 Road A,rpod Sheri-Tom, 419265 SF 0220 39394E s4 0237 S99365.81 07,40 oioo0623 so 0120 550311.80 Parking Lou A S 8 E, .rod u,po4 Long-Tnrfn ritirkin0 Lot C) 3 Traffic Striding 1 LS 25 000 00 Sec Sod co P7 OOO 00 521000 00 2704900 `27 040 00 25 A62.00 525 482.00 S134,740.S4 $156,365.61 $132,0m.60 SBs,2yt,60 Bid Sch dul.D vanoy slurry Slid[Co. Pavomont Coatings Co. American Asphalt South,Inc. Bond Blacktop,Inc. NO ITEM DESCRIPTION QUANTITY UNIT UN' PRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL 1 Trafllc control 1 LS 9 000 00 5.000,00 0000 00 S5 000.00 2 359 00 52.359 00 8 27500 13,375 00 Cf�Ck-bOJlin9 and MI7' 2 nudnAnO (RonLil Car Pa,kln6 145558 SF 0253 534372,07 6.237 $2219B.3D 0.240 532,605.92 01SO S2441],; Lpl•A66 3 Traffic Stn n 1 LS ]000.00 $7 000 DD 740006 S]A00 00 T 32t 60 57 321 60 5 B]B.00 55 979.00 S46,3]2A] $44,508 35 $42296.512 $33.003.44 Bid Snhodull,E vanoy slurry Son[Co. Pavomont Coatings Co. Amoricnn Asphalt South,Inc. Dond Blacktop,Inc ID ITEM DESCRIPTION QUANTITY UNIT UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL 1 Tralfc Conwl 1 LS 100000 S1000.00 3 000 00 SS00000 Sacco $SOD OD 1.00 5100 cra h-:oallnB (South Almon Loop Rona quppn LonO•Tomi 2 Pnrkin0 Let 0 T.YG.c ParrJng 1 LS 14 700 000 314 700.00 10 000 000 S1 g 00000 9 000 000 59 000 00 9.475 000 $9 475 00 Lai, and Nrypn Employ. Poikln Lot $15,700.00 $13,DOO.OD 59,900.00 s5,4Ts,DD Bid ScheduleF Valloy Slurry coal co. Pavemontcadtingc Co. Amorlcarl Asphalt 5ouch,lnc and Blacktop,Inc. ID ITEM DESCRIPTION QUANTITY UNIT UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL 1 Trogc Control 1 LS 1000.00 51,000 no 3000.00 5300000 125000 $125000 1.00 S100 Cra[k•:oaling (Alryoq Dprv4ry 2 nccocc Road and ,it Doughff 1 LS 1,455 000 $7,455 00 13 0DD 000 S13,c00 DO 12,500.000 E12 500 00 7,200 000 $7,200 00 Way from mp Emp]oyoo Psfki, Lotto Ramon Road) $94S5.D0 $16,500.00 513,]50.00 S7,201.00 TOTAL OF ALL BID SCHEDULLS A•F S753,830.$0 $739,376.72 S729,990.117 S614,579.34 T Check a License or Hone Jroprove>nent Salesperson (HIS) Registration- Contractors Stat... Page I of 2 Department of Consumer Affairs Contractors State Lic , se"'Board Contractor's License Detail - License # 746432 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-7124Z). If this entity is subject to public complaint disclosure, a link th for complaint disclosure will appear below Click on e link or button to obtain complaint and/or legal action information. >7 Per B&P 7071.1 77, 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: 746432 Extract Date: 0210612009 BOND BLACKTOP INC Business Information: P 0 BOX 616 UNION CITY, CA 94587 Business Phone Number: (510)441-9981 Entity: Corporation Issue Date: . . .--�--- 02/27/1998 ------ ----- ------------ -- ------- Expire Date: 02/28/2010 License Status: This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications: A GENERAL-ENGINEERING CONTRACTOR CONTRACTOR'S BOND .__.. ...."".""..___..................�......,�........_....... .—�.-...._, This license Filed Contractor's Bond number CLB2706771 in the amount of$12,600 with the bonding company P4g7TE-RIVER_INSURANCE COMPANY. Effective Date: 01/01/2007 C,ontragtor's,Bonding History Bonding: BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) EDWARD DEAN DILLON certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A ,i bond of qualifying individual is not required. Effective Date: 02/13/2001 BQI's Bonding History This license has workers compensation insurance with the SEABRIGHT INSURANCE COMPANY Policy Number: BB1081530 http://ww-w1.eslh.ca.gov/OnlineServices/CheckLicense/LiccnseDetail.asp 2/6/2009 Cheek a License or Home Improvement Salesperson(HIS) Registration - Contractors Stat_.. Page 2 of 2 Effective bate: 1 0/0112 0 0 8 Workers'Compensation: Expire Date: 1 0/0 112 0 0 9 _ Workers',Compensagon History. Personnel listed on this license(current or disassociated)are listed on other licenses Conditions of Use I Privacy Policy Copyright©2009 State of California littp://www2.cslb.ca.gov/OnlineSei-vices/CheckLicense/LicenseDetail,asp 2/6/2009 • • • CITY OF PALM SPRINGS, CALIFORNIA • • PUBLIC WORKS R ENGINEERING DEPARTMENT • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS • FOR CONSTRUCTION OF THE: • 0 2008/2009 ANNUAL SLURRY SEAL ' CITY PROJECT NO. 08-27 • ' IN THE CITY OF PALM SPRINGS • December 2008 • • • O� pAI.M sA • u v. • • * laeo ,a�'� 'QPORATpO • • • • David J. Barakian, P.E., City Engineer • • Bids Open: February 10, 2009 • Dated: December 23, 2009 • • • • CITY PROJECT NO. 08-27 • • The Special Provisions • • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • • • QRoressioy.� L FV�Fix Marcus L. Fuller * . Assistant Director of Public Works/ 4f MOIL. �P • Assistant City Engineer TFO • Civil Engineer C 57271 • 17� 23�0� • • • • Approved by: • • • • David J. Barakian, P.E. • Director of Public Works/City Engineer • Civil Engineer C 28931 • • • • • • • • • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 • 12/23/08 SIGNATURE PAGE 0 • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • SPECIAL PROVISIONS • TABLE OF CONTENTS • • PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms • Bid (Proposal) • Bid Schedule List of Subcontractors • Non-collusion Affidavit • Bidder's General Information • Bid Bond (Bid Security Form) • Agreement and Bonds Agreement Form • Worker's Compensation Certificate Performance Bond • Payment Bond • Certificate of Insurance PART II -- SPECIAL PROVISIONS • Section 1 - Terms, Definitions, Abbreviations, and Symbols • Section 2 - Scope and Control of Work . Section 3 - Changes in Work • Section 4 - Control of Materials Section 5 - Utilities • Section 6 - Prosecution, Progress, and Acceptance of the Work • Section 7 - Responsibilities of the Contractor • Section 8 Facilities for Agency Personnel Section 9 - Measurement and Payment • Section 10 - Construction Details • • PART III -- APPENDICES • APPENDIX "A" • Listing of streets • Street maps • City of Palm Springs Standard Drawings No. 625 Caltrans Standard Plan No. A20A, A20B, A20D and A24A • CrafcoT"" Polyflex Type 3 Sealant Product Data Sheet • • • 2008/2009 SLURRY SEAL . CITY PROJECT NO.08-27 SPECIAL PROVISIONS 12/23/08 GENERAL CONTENTS-PAGE 1 • • • CITY OF PALM SPRINGS • • • PUBLIC WORKS & ENGINEERING DEPARTMENT • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • 2008/2009 ANNUAL SLURRY SEAL . CITY PROJECT NO. 08-27 • Notice Inviting Bids Instructions to Bidders : . Bid Forms Bid (Proposal) • Bid Schedule • List of Subcontractors . Non-Collusion Affidavit Bidder's General Information • Bid Bond (Bid Security Form) • • Agreement and Bonds • Agreement Form Worker's Compensation Certificate • Performance Bond Payment Bond . Certificate of Insurance • • . . . . • • • • • • • • • • • • • • 2008/2009 SLURRY SEAL CITY PROJECT NO-08-27• 12/23/08 PART 1 CONTENTS PAGE1 0 • • • • CITY OF PALM SPRINGS • NOTICE INVITING BIDS i • 2008/2009 Annual Slurry Seal City Project 08-27 • i N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2008/2009 Annual Slurry Seal, City Project 08-27, will be received by the Procurement and Contracting Division of the City of • Palm Springs, California, until 2:00 P.M. on February 3, 2009, at which time they will be • opened and read aloud. The Engineer's Estimate is $600,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt- rubber sealant material in designated pavement cracks on various streets; installation of • asphalt concrete in designated pavement cracks on various streets; construction of rubberized • emulsion-aggregate slurry seal (REAS) or FLEX SEAL on Farrell Drive between Ramon Road • and East Palm Canyon Drive; and construction of Type II Slurry Seal on various City streets in Section 3, Township 4 South, Range 4 East between San Rafael Road south to Vista Chino • Road and Indian Canyon Drive west to foothills; tragic striping; and all appurtenant work. The • Work also includes construction of crack-sealing and Type II Slurry Seal on certain access • roads and parking lots within the Palm Springs Airport, and crack-sealing only of certain . access roads and parking lots within the Palm Springs Airport. • 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 E, 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 of the total sum of Bid Schedules A • through E, inclusive, 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. i N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid • Class "A" OR "C-12" OR "C-32" Contractor license at the time of submitting bids. • • N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general • prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. i A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 12/23/08 NOTICE INVITING BIDS PAGE • • • • • subcontractors shall pay not less than said specified rates and shall post a copy of said wage • rates at the project site. • N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any • portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code_ • • N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: . (a) Contract Documents may be inspected without charge at the office of the City • Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $25.00 per set and • are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm • Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. • (c) An additional fee of$15.00 will be charged for sets of documents delivered next day via • a parcel delivery service. • N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed • and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Division at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and • address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be • enclosed in the same envelope with the Bid. • By �>��� Date • David J. Barakian, PE • Director of Public Works/ • City Engineer • City of Palm Springs • • • • • • • • • • • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 NOTICE INVITING BIDS • 12J23108 PAGE 2 • • • • • CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS • 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice • Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid + directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term • "Engineer" shall be as defined in the Special Provisions. • 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also . to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience • as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work • will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of • award. • • 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, • partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the • Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local • laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify • the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been • utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical • data, including any interpolation or extrapolation thereof, together with non-technical data, • interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. • • (c) Copies of such reports and drawings will be made available for inspection by • the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is • entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, • information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the • 200812009 SLURRY SEAL CITY PROJECT NO.08-27 INSTRUCTIONS TO • 12123/08 BIDDERS-PAGE i • • • 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 Bidders 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 td determine its Bid for performing the Work in accordance with • the time, price, and other terms and conditions of the Contract Documents. • (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made • by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in • performing the Work are identified in the Contract Documents. All additional lands and • access thereto required for temporary construction facilities or storage of materials and • equipment are to be provided by the Contractor_ Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless • otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without • exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey • understanding of all the terms and conditions for performance of the Work. • 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract • Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to • the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications • will be without legal or contractual effect. • • 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by • a certified or cashier's check or approved Bid Bond in the amount stated in the Notice 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 INSTRUCTIONS TO 12/23/08 BIDDERS-PAGE 2 • • • Inviting Bids. Said check or bond shall be made payable to the City and shall be given as + a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and • Performance Bond_ Each of said bonds and insurance certificates shall be in the • amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Band, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming • substantially to it in form. • 7. RETURN OF BID SECURITY - Within 14 days after award Of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in . making the award. All other Bid securities will be held until the Agreement has been . finally executed. They will then be returned to the respective Bidders whose Bids they accompany- S. 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 i sealed bids shall be plainly marked in the upper left-hand comer with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the • Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to.be delivered or mailed to, and the date and hour of opening . of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid • is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and . failure to do so will render the Bid as non-responsive and may cause its rejection_ In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for • a unit price Bid Item does not equal the product of the unit price and quantity listed, the t! unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of • prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound . by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. • • • 2008/2009 SLURRY SEAL CITY PROJECT NO,08-27 INSTRUCTIONS TO • 12/23/08 BIDDERS-PAGE 3 • • • 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not • expressly or by implication agree that the actual amount of work or material will • correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall • be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, • decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a • written request, signed by the Bidder or it's properly authorized representative. Such • written request must be delivered to the place stipulated in the Notice Inviting Bids prior to . the scheduled closing time for receipt of Bids. • 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized • conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without • interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered. • 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as . set forth in the Agreement and the provisions of the Special Provisions. • 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the . Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16, AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based • primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless • otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of • the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more • than one Bid Schedule, the City may award schedules individually or in combination- In • the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules 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 . 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 INSTRUCTIONS TO 12/23108 BIDDERS-PAGE 4 • • • • annulment of the award and forfeiture of the Bid Security. If the lowest responsive, • responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or • refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT' - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the • Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification_ 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of • Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid • submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal • preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors . from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in • which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: • (1) 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 ("local sub-contractor"). • (2) The prime contractor shall submit evidence of such good faith efforts at the • time of submission of Bids. Good faith efforts may be evidenced by placing • advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment. • • (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. • (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. • • - END OF INSTRUCTIONS TO BIDDERS - • • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 INSTRUCTIONS TO . 12/23/08 BIDDERS-PAGE 5 • • • i • BID DOCUMENTS i • Only the following listed documents, identified in the lower right corner as "Bid i 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. • • • • • • • • • • • i • • • . 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 i 12/23/08 CCVERSWEET 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 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • . 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 fallowing 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 SLURRY SEAL CITY PROJECT NO.08-27 BID AGREEMENT 12/23/08 BID FORMS-PAGE 2 • • • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion • Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract • Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding • Schedule(s). • Dated: • • Bidder: • • • By. . (Signature) • Title: • • • • • • • • • • • • • • • • • • • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 BID AGREEMENT • 12/23/08 BID FORMS-PAGE 3 • I • • • BID SCHEDULE A • Schedule of Prices for the Construction of the: • 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 • Various City Streets in Section 3, Township 4 South, Range 4 East • in Palm Springs, California • • Item Description Estimated Unit Unit Amount • No. Quantity Price • 1. Traffic Control --- LS $ • Crack-sealing, crack-filling and construction of Type II Slurry Seal, • including mobilization, and all 2. appurtenant work on various City 2,280,510 SF $ • streets (as listed in the Appendix) within • Section 3, Township 4 South, Range 4 • East. • Construct Type E1 asphalt concrete 3 curb along the north side of Racquet 1,850 LF $ $ • Club Road from Michael Drive to • Leonard Road • Removal and replacement of all existing • traffic striping (including all non- 4. reflectorized and reflectorized raised --- LS $ pavement markers) and pavement • markings. • TOTAL OF ALL ITEMS OF BID SCHEDULE A: • (Price in figures) • (Price in words) • • • • • Name of Bidder or Firm • • • • • • 2008/2009 SLURRY SEAL • CITY PROJECT NO 08-27 BID SCHEDULE A 12/23/08 BID FORMS-PAGE 4 • • • • • BID SCHEDULE B Schedule of Prices for the Construction of the: . 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 • Farrell Drive from Ramon Road to East Palm Canyon Drive • in Palm Springs, California • Item Description Estimated Unit Unit Amount . No, Quantity Price • 1. Traffic Control --- LS $ • Crack-sealing, crack-filling, and construction of Rubberized Emulsion- Aggregate Slurry Seal, REAS (or FLEX • 2. SEAL), including mobilization, and all 322,200 SF $ $ appurtenant work on Farrell Drive from • Ramon Road to East Palm Canyon Drive. • Removal and replacement of all existing • traffic striping (including all non- • 3, reflectorized and reflectolized raised --- LS $ pavement markers) and pavement • markings. • TOTAL. OF ALL ITEMS OF BID SCHEDULE B: • . (Price in figures) • • (Price in words) • • • • • Name of Bidder or* irm • • • • • • • • • • 2008/2000 SLURRY SFAL • CITY PROJECT NO,08-27 BID SCHEDULE B 12/23/08 BID FORMS-PAGE 5 • • • • BID SCHEDULE C • Schedule of Prices for the Construction of the: • 2008/2009 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • North Airport Loop Road, Airport Short-Term Parking Lots A, B & E, • and Airport Long-Term Parking Lot C • In Palm Springs, California • Item Description Estimated Unit Unit Amount • No. Quantity Price • 1. Traffic Control --- LS $ • Crack-sealing, crack-filling, and • construction of Microsurfacing, including • mobilization, and all appurtenant work 2, within the Palm Springs Airport, on the 419,265 SF $ $ • North Airport Loop Road, Airport Short- Term Parking Lots A, B, & E, and Airport • Long-Term Parking Lot C. • Removal and replacement of all existing traffic striping (including all non- • 3, reflectorized and reflectorized raised --- LS $ • pavement markers) and pavement • markings. • TOTAL OF ALL ITEMS OF BID SCHEDULE C: • (Price in figures) • • (Price in words) • • Name of Bidder or Firm • • • • • • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 BID SCHEDULE C 12(23/08 BID FORMS-PAGE 6 • I • • • BID SCHEDULE D Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 Airport Rental Car Parking Lots A & B • In Palm Springs, California • Item Description Estimated unit Unit Amount No. Quantity Price 1. Traffic Control - -- LS $ Crack-sealing, crack-filling, and • construction of Microsurfacing, including • 2_ mobilization, and all appurtenant work 135,858 SF $ $ within the Palm Springs Airport, on the • Airport Rental Car Parking Lots A& B. Removal and replacement Of all existing traffic striping (including all non- • 3. reflectorized and reflectorized raised --- LS $ pavement markers) and pavement • markings. TOTAL OF ALL ITEMS OF BID SCHEDULE D: • • (Price in figures) • (Price in words) • • • • • Name of Bidder or Firm • • • • • • • • • • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 81D SCHEDULE❑ 72l23l08 BID FORMS-PAGE 7 • • • • • BID SCHEDULE E Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • South Airport Loop Road, Airport Long-Term Parking Lot D, • Taxi/Bus Parking Lot, and Airport Employee Parking Lot • In Palm S rings, California • Item Description Estimated Unit Unit Amount No. quantity Price • • 1- Traffic Control --- LS $ • Crack-sealing and crack-filling, including • mobilization, and all appurtenant work --- • 2 within the Palm Springs Airport, on the South Airport Loop Road, Airport Long- *See Note LS $ • Term Parking Lot D, Taxi/Bus Parking below Lot, and Airport Employee Parking Lot. • TOTAL OF ALL ITEMS OF BID SCHEDULE E: • • $ • (Price in figures) • • (Price in words) • • *Note, for purposes of bidding the amount of crack-sealing, the total area of the surfaces to be crack-sealed is 378,623 square feet. All cracks 't/4" or wider within these areas shall be crack-sealed . in accordance with the Special Provisions. • • • Name of Bidder or Firm • • • • • • • • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 - • 12/23108 BID SCHEDULE E BID FORMS-PAGE 8 • • • • • BID SCHEDULE F Schedule of Prices for the Construction of the: 2008/2009 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • Airport Delivery Access Road and • Kirk Douglas Way (from the Employee Parking Lot to Ramon Road) • In Palm Springs, California • Item Description Estimated Unit Unit Amount . No. Quantity Price 1. Traffic Control --- LS $ • Crack-sealing and crack-filling, including • mobilization, and all appurtenant work - - - within the Palm Springs Airport, on the 2' Airport Delivery Access Road and Kirk `See Note LS $ • Douglas Way (from the Employee below • Parking Lot to Ramon Road). • TOTAL OF ALL ITEMS OF BID SCHEDULE F: • • $ • (Price in figures) • • (Price in words) • • "Note, for purposes of bidding the amount of crack-sealing, the total area of the surfaces to be • crack-sealed is 287,670 square feet, All cracks Yd' or wider within these areas shall be crack-sealed • in accordance with the Special Provisions. • • • i • Name of Bidder or Firm • • • • • • • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08.27 81❑SCHEDULE SUMMARY 72/23/08 BID FORMS-PAGE 9 • • • • • BID SCHEDULE SUMMARY • Schedule of Prices for the Construction of the: • 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 In Palm Springs, California • TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH F (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 • • • • • • • • • • • • • • • 200812009 SLURRY SEAL • CITY PROJECT NO.08-27 BID SCHEDULE SUMMARY 12/23/08 BID FORMS-PAGE 10 • • • 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. • 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 SLURRY SEAL • CITY PROJECT NO.08-27 12/23/08 • LIST OF SUBCONTRACTORS FORMS R R PAGE11 • • • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID • • State of California ) • )County of ) ss. • • • I, being first duly swom, deposes and says that • he or she is of • the party making the foregoing Bid, that the Bid • is not made in the interest of, or an 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 SLURRY SEAL • CITY PROJECT N0,08-27 NON-COLLUSION AFFIDAVIT 12/23/08 BID FORMS-PAGE 12 • • i • BID BOND • KNOW ALL MEN BY THESE PRESENTS, That as Principal, and • as Surety, • are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: dollars • (not less than 10 percent of the total amount Of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, i administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: • • 2008/2009 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 • . 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 1200 _ • • PRINCIPAL: Check one: individual,_partnership, _corporation • (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, • President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • signature • (NOTARIZED) • Print Name and Title: • • By By signature signature I. (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • • 2008/2009 SLURRY SEAL BID BOND(BID SECURITY FORM) . CITY PROJECT NO.08.27 BID FORMS-PAGE 13 12/23/08 • • • 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 Finn (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 SLURRY SEAL CITY PROJECT NO.08-27 BIDDER'S GENERAL INFORMATION • 12/23/08 BID FORMS-PAGE 14 • • • • • BIDDER'S GENERAL INFORMATION (Continued) • l • • 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 SLURRY SEAL CITY PROJECT NO.08-27 BIDDER'S GENERAL INFORMATION • 1Z23l08 BID FORMS-PAGE 15 • • i . • AGREEMENT • • THIS AGREEMENT made this day of 200 , by and . between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and i 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: • i 2008/2009 ANNUAL SLURRY SEAL i CITY PROJECT NO. 08-27 • The Work is generally described as follows: • • Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slung seal (REAS) or FLEX SEAL on Farrell Drive between Ramon Road and East Palm Canyon Drive; and construction of • Type II Slurry Seal on various City streets in Section 3, Township 4 South, Range 4 East • between San Rafael Road south to Vista Chino Road and Indian Canyon Drive west to foothills; traffic striping; and all appurtenant work. The Work also includes construction of • crack-sealing and Type II Slurry Seal on certain access roads and parking lots within the Palm Springs Airport, and crack-sealing only of certain access roads and parking lots • within the Palm Springs Airport. ARTICLE 2 -- COMMENCEMENT AND COMPLETION • The Work to be performed under this Contract shall commence on the date specified in • the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. • The City and the Contractor recognize that time is of the essence of this Agreement, and • that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable • provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss • suffered by the City if the Work is not completed on time_ Accordingly, instead of • requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each • calendar day that expires after the time specified in Article 2, herein. In.executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard 2 08/2009 SLURRY SEAL AGREEMENT FORM • CITY PROJECT NO.08-27 AGREEMENT AND BONDS-PAGE 1 12/23/03 • • • • • Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work • within the time specified in the Notice to Proceed. • • ARTICLE 3 -- CONTRACT PRICE • The City shall pay the Contractor for the completion of the Work, in accordance with the • Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid • and Bid Schedule(s). • ARTICLE 4 -- THE CONTRACT DOCUMENTS • • The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the • prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders General Information, Bid Security or Bid • Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment • Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers • to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not • attached hereto. • ARTICLE 5 -- PAYMENT PROCEDURES • The Contractor shall submit Applications for Payment in accordance with the Standard • Specifications as amended by the Special Provisions. Applications for Payment will be • processed by the Engineer or the City as provided in the Contract Documents. • ARTICLE 6 -- NOTICES • • Whenever any provision of the Contract Documents requires the giving of a written • Notice, it shall be deemed to have been validly given if delivered in person- to the • individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the • last business address known to the giver of the Notice. • • 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. • 2008/2009 SLURRY SEAL • AGREEMENT FORM CITY PROJECT NO.08-27 12/23/08 AGREEMENT AND BONDS-PAGE 2 • • • • • • The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal • representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. • • ATTEST: APPROVED BY THE CITY COUNCIL: • CITY OF PALM SPRINGS, • CALIFORNIA • Date • BY • City Clerk Agreement No. • APPROVED AS TO FORM: • By • City Attomey • • Date • CONTENTS APPROVED: • • . BY City Engineer • • Date • • B • City Manager • • Date • • • • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 AGREEMENT FORM 12/23/08 AGREEMENT AND BONUS-PAGE 3 • • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature mus 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 u State of ❑ • County of Gss County of ❑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) Ware 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(tes), 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 SLURRY SEAL • CITY PROJECT NO.08-27 AGREEMENT FORM 12123i08 AGREEMENT AND BONDS-PAGE 4 • • • • • • • • • • • • 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 • • • • • i • I • • • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08.27 WORKER'S COMPENSATION CERTIFICATE • 12/23/08 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 ANNUAL SLURRY SEAL CITY PROJECT NO. 08-27 • NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract • Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or • changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any • extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby • waived by said Surety. • SIGNED AND SEALED, this day of 200 • • CONTRACTOR: Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or • Chief Financial Officer). By SURETY: • signature • (NOTARIZED) . Print Name and Title: • • By By • • signature signature . (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • • 2008/2009 SLURRY SEAL PERFORMANCE BOND • CITY PROJECT NO.08.27 AGREEMENT AND BONDS-PAGE 6 12/23/08 • • • • • 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 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • 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 Insurarce • Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors • pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code • of the State of California and acts amendatory thereof, and Sections of other Codes of the State • of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, • appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs • work or labor upon the same, or any person who supplies both work and materials therefor, shall • have complied with the provisions of said laws, then said surety will pay the same in an amount • not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the • benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. • PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or • changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this____day of 200 • • • 2008/2009 SLURRY SEAL PAYMENT BOND CITY PROJECT NO.08-27 AGREEMENT AND BONDS-PAGE 7 • 12/23/08 • • • • • • 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 SLURRY SEAL PAYMENT BOND CITY PROJECT NO.08-27 AGREEMENT AND BONDS-PAGE 8 • 12/23/08 • • • CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A • B C • D • TYPE OF WORT(PERFORMED AND LOCATION • • TYPE Of INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000) • EACH OCCURRENCE AGGREGATE • COMPREHENSIVE GENERAL LIABILITY Includmq' • ❑I E EXPLOSION AND COLLAPSE BODILY INJURY $ • IJ UNDERGROUND DAMAGE PROPERTY DAMAGE S • ❑ PRODOCTSICOMPLETED OPERATIONS or ❑ CONTRACTDALINSUNANCE • ❑ BROAD FORM PROPERTY DAMAGE . ❑ INDEPCNDENTCONRACTORS BODILY INJURY AND PROPERTY . ❑ PERSONAL INJURY OAMAGECCMOINED $ 5 PERSONAL INJURY $ COMPREHEN5IVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON S Including: EACHACCIDENT • ❑ OWNED S PROPERTYOPANCE . ❑ HIRED nr ❑ NONZWNED ❑ DOOILY INJURY MOTORCARRIERACT AND PROPERTY • DAWGECOMBINED $. EXCESS LIABILITY BODILY INJURY . Including: AND PROPERTY , If—TI DAMAGECOMaINED • LI EMPLOYERS unpiutt ' WORKER'S COMPENSATION STATUTORY • and EMPLOYER'S LIABILITY • Including EL $ (EACH ry ACCIDENT) LJ (HARBOR ORKER ANO • HARBOR WORKERS . OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS . Tire-ride,ignod certifies that he or she is the representative of the above-named mseraom mmp;,me that he or she has me svinenty to execute and Issue this certflcate to Car ificone Holder,and accordingly does hcmby certify on behalf of said Insurance companiu Ihal paboos of Insurance Ilsted above have bean Issued to the Insured named above and are In force at MIS time. Nthmthslandmg any requirement,term or condition of any contract or other document with respect It which this windcato may be • Issued or may purtam the insurance afforded by the Follies da,cnbed herein Is subject to at me terms exclusions and condlllons of such policies. Copies of the pcil,do, shown will be furnished to the Certificate Holder upon request • This Certificate doe:not amend,extend or alter the coverage affgrdcd by the polices listed • Cancellation:Should any of the above described policies be cancelled before the expiration date Mereol,the i:rang company will mall 30 days mitten notice to the belew- named ceM1dieate holder • • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY • wn,oa,uowr,e¢.,.,�Pr�nnvxcvwH u,Pcurowrxco�rnnc • 2008/2009 SLURRY 5EA1 CITY PROJECT NO.0S-27 • 12123/08 CERTIFICATE AGREEMENT AND BONDS-PAGE 9 • • • • • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • PART II -- SPECIAL PROVISIONS • 2008/2009 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • • • 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 SLURRY SEAL PART II-SPECIAL PROVISIONS • CITY PROJECT NO.08.27 GENERAL CONTENTS-PAGE 1 • 12/23/08 • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • SPECIAL PROVISIONS • 2008/2009 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS • • 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for-Public Works Construction ("Greenbook"), 2006 * Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may . apply to, and be in accordance with, the following Special Provisions- In case of conflict between the Standard Specifications for Public Works Construction • ("Greenbook") and these Special Provisions, the Special Provisions shall take • precedence over, and be used in lieu of, such conflicting portions. • 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications, such work • shall conform to the referenced portions of the technical provisions only of said reference . specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works • Construction ("Greenbook"), 2006 Edition, as previously specified in the above • paragraph. 1-2 LEGAL ADDRESS • • 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. • 1-2.2 Legal Address of the Engineer. - The official address Of the Engineer shall be • the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E- Tahquitz Canyon Way, Palm Springs, California 92262, or such . other address as the Engineer may subsequently designate in writing to the Contractor. • 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works • Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. • 2008/2009 SLURRY SEAL ,TERMS,DEFINITIONS,ABBREVIATIONS;AND SYMBOLS CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • 12/23/08 0 • • Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. • 1-3 DEFINITIONS AND TERMS • 1-3.1 Definitions and Terns. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: • • Agency - The City of Palm Springs, a charter city organized and existing in the • County of Riverside, State of California • Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, • California. • Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.86, 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) 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 (January 21) • Lincoln's Birthday (February 12) • President's Day (Third ,Monday in February) Memorial Day (Last Monday in May) • Independence Day (July 4) Labor Day(First Monday in September) • Veteran's Day (November 11) Thanksgiving Day (Last Thursday in November) • Day after Thanksgiving Day Christmas Eve Day (December 24) Christmas Day (December 25) . • • • • 2008/2009 SLURRY SEAL TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS • CITY PROJECT NO.08.27 _ SPECIAL PROVISIONS-SECTION 1 -PAGE 2 12/23/08 . • • • • When a designated holiday falls on a Saturday, the Friday 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. (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or • operations, as determined by the Engineer, from proceeding with at least 75 • percent of the normal labor and equipment force engaged on such operation or • operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations. • - END OF SECTION - • • • • • • • • • • • • • • • • • • • r • • • • 2008/2009 SLURRY SEAL TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 • 12/23/08 • • • • • SECTION 2 -- SCOPE AND CONTROL OF WORK • 2-1 GENERAL • Particular attention is directed to the provisions of Section 6-1, "Construction Schedule • and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9, "Liquidated Damages" of the Standard Specifications. • After the Contract has been approved by the City, and a written Notice to Proceed has . been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. • The work, if awarded to include Bid Schedules A and B, shall be diligently prosecuted to • completion before the expiration of: . .. ._40.WORKING.DAYS • • from the day specified in the First Notice to Proceed issued by the City. This Work shall . be scheduled independent of any work located at the Airport, and shall commence as • soon as is practicable upon Contractor's receipt of an executed contract. In the event one of the Bid Schedules is not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of • the allowable working days specified for each of the Bid Schedules awarded, up to the maximum contract time allowed of 40 working days. • • The Work identified in Bid Schedule A shall be diligently prosecuted to completion . before the expiration of: All 25 WORKING DAYS • from the date specified in the First Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion • before the expiration of: • • 15 WORKING DAYS • from the date specified in the First Notice to Proceed from the City. • • SPECIAL NOTE REGARDING TIMING OF WORK LOCATED AT THE AIRPORT: • The Work identified in Bid Schedules C through F, inclusive, is located at the Palm • Springs Airport. All work located at the Airport shall be scheduled to commence as a • separate project no sooner than May 1, 2009, to allow peak season tourist traffic into • and out of the airport to decrease. All work located at the Airport will be required • • 200812009 SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 2-PAGE 1 • =3108 0 • • • to be performed at night 9:00 P.M. to 6:00 A.M. and when ambient • temperatures are not forecasted to fall below 60° F at any time during the niclht. • • The work, if awarded to include Bid Schedules C through F, inclusive, shall be diligently • prosecuted to completion before the expiration of: • 60',WORKING DAYS • • from the day specified in the Second Notice to Proceed issued by the City. Additional • time has been provided as necessary to implement sequencing and phasing of work at . the Airport. • 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 each of the Bid Schedules awarded, up to the maximum contract time allowed of 40 working dam. • The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: • 30 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: I • 15 WORKING DAYS • from the date specified in the Notice to Proceed from the City. 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- • • The Work identified in Bid Schedule F shall be diligently prosecuted to completion • before the expiration of: 1 • 5 WORKING DAYS • • from the date specified in the Notice to Proceed from the City. • • 200812009 SLURRY SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO,08-27 SPECIAL PROVISIONS-SECTION 2-PAGE 2 12/23/08 • • • • • 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 • 8- Plans (Contract Drawings) • 9. Standard Plans . 10. Standard Specifications 11. Reference Documents • • 2008/2009 SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO 03-27 SPECIAL PROVISIONS-SECTION 2-PAGE 3 . 12123/06 • • • With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions • 2. Detail drawings,govern over general drawings 3_ Addenda or Change Order drawings govern over • Contract Drawings 4. Contract Drawings govern over Standard Drawings • 5. Contract Drawings govern over Shop Drawings • 2-4 SUBSURFACE DATA • • Section 2-7 of the Standard Specifications shall be revised to read as follows: • "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS_ The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the • Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the • Engineer, nor any of the Engineer's Consultants with respect to any of the • following: • 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any • aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and . programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated • in such drawings, or 2-7.1.3. Interpretation. � - Any interpretation by the Contractor of such "technical data," or any,conclusion drawn from any "technical data" • or any such data, interpretations, opinions or information." • 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY • • Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during • progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. • • • 2008/2009 SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 2-PACE 4 • 12/23/08 • • • • • • • 2-6 PROTECTION OF SURVEY MONUMENTS • It shall be the Contractor's responsibility to protect all the existing survey monuments, • bench marks, survey marks and stakes. Removal of such monuments, or displacement • thereof, shall require their resetting per City requirements, including 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 the existing monument well, after resetting of the • disturbed monument. • 2-7 AUTHORITY OF THE ENGINEER • • The Engineer will decide all conflicts which may arise as to (1) the quality or . acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of • the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor_ The • Engineer's decision shall.be final, and he shall have the authority to enforce and make • effective such decisions and orders which the Contractor may fail to carry out promptly. • 2-8 INSPECTION • • The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that • the materials and the workmanship are in accordance with the Specifications, the • Special Provisions, and the Plans. All labor, materials, and equipment furnished shall • be subject to the Engineer's inspection. • When the Work is substantially completed, a representative of the Engineer will make • the final inspection, • • 2-9 SITE EXAMINATION • The Contractor shall have the sole responsibility of satisfying itself concerning the • nature and location of the Work, and the general and local conditions, such as, but not • limited to, all other matters which could in any way affect the Work or the costs thereof. • The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for • properly estimating either the difficulties, responsibilities, or costs of successfully • performing the Work according to the Contract Documents. • • 2008/2009 SLURRY SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO 08-27 12/23/08 SPECIAL PROVISIONS-SECTION 2-PAGE 5 • • • • • 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 SLURRY SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 2-PAGE 6 12/2=8 • • • • • • SECTION 3 -- CHANGES IN WORK • • 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided that the provisions for markup percentages for overhead and profit for extra work referenced • in subparagraph 3-3.2.3 of the 2006 edition shall be deleted in its entirety and the • following substituted therefore: • 3-2PAYMENT • • 3-2.1 Markup: The-provisions of Subsection 3-3.2.3 Markup, shall be amended to • read as follows: • (a) Work by Contractor. The following percentages shall be added to the • Contractor's costs and shall constitute the markup for all overhead and profit. • • 1) Labor 24 percent (includes bonding) 2) Materials 15 percent • 3) Equipment rental 15 percent • 4) Other items and expenditures 15 percent • 5) Subcontracts (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 provided in Section 3-3-2 of the Standard Specifications, • as amended in these Special Provisions. 200812009 SLURRY SEAL • CHANGES IN WORK CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 3-PAGE 1 12/23/08 • • • • • 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 Engineer's Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to • make no adjustment in said price if he so elects, except that an adjustment will • be made if requested in writing by the Contractor. • 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required • under the contract be less than 75 percent of the Engineer's Estimate therefore, an adjustment in compensation pursuant to this Section will not be made unless . the Contractor'so requests in writing. If the Contractor so requests, the quantity of said item performed, unless (covered by an executed contract change order • specifying the compensation payable therefore, will be paid for by adjusting the • Contract Unit Price as hereinafter provided, or at the option of the Engineer, • payment for the quantity of the 'work of such item performed will be made as if . the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such • adjustment as willl 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 Engineers Estimate of the quantity for such item at the original Contract Unit • Price. • • 2008/2009 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO.08.27 SPECIAL PROVISIONS-SECTION 3-PAGE 2 • 12/23/08 • 0 • • • 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 - 200812009 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 3-PAGE 3 12/23/08 • • • 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 vendor(s) within 15 working days from the date of said award of Contract. • • - END OF SECTION - • • 2008/2009 SLURRY SEAL CONTROL OF MATERIALS • CITY PROJECT NO-08-27 SPECIAL PROVISIONS-SECTION 4-PAGE 1 12/23/08 • • • • • • • SECTION 5 -- UTILITIES • 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES • (a) The following full text of Government Code Section 4215 shall replace the • provisions of Section 5-5, subparagraph 4, of the Standard Specifications.- "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in . Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or • protection of existing main or trunkline utility facilities located on the site of - any construction project that is a subject of the contract, if such utilities are • not identified by the public agency in the plans and specifications made a • part of the invitation for bids_ The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the • Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with • reasonable accuracy and for equipment on the project necessarily idled • during such work_ The Contractor shall not be assessed liquidated damages for delay • in completion of the project, when such delay was caused by the failure of • the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. • Nothing herein shall be deemed to require the public agency to . indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction • project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the • construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility • facilities not identified by the public agency in the contract plans or • specifications, he or she shall immediately notify the public agency and utility in writing. • The public utility, where they are the owner, shall have the sole discretion • to perform repairs or relocation work or permit the Contractor to do such . repairs or relocation work at a reasonable price." • (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard.Specifications: • • 2008/2009 SLURRY SEAL UTILITIES • CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 5-PAGE 1 . 12/23/08 • • "if the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing_ • • The public utility, where they, are the owner, shall have the sole discretion • to perform repairs or relocation work, or permit the Contractor to do such • repairs or relocation work at a reasonable price." ! 5-2 UTILITY LOCATION AND PROTECTION • The Contractor shall be responsible for coordinating its work with all utility • companies during the construction of the Work. ! • All water meters, water valves, fire hydrants, Southern California Edison vaults, • General Telephone vaults, Southern California Gas Company valves, and other • subsurface structures shall be protected by the Contractor as specified in the Special Provisions. - END OF SECTION - • ! • • • ! ! • • • • • • • • • • • • 2008/2009 SLURRY SEAL UTILITIES ! CITY PROJECT NO-08-27 SPECIAL PROVISIONS-SECTION 5-PAGE 2 12/23/08 • ! • • • • • SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES • • 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the • Standard Specifications shall not apply, but shall be as stated in the Agreement. • 6-2 TIMES OF OPERATION • 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, • use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday, 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 • SPECIAL NOTE REGARDING TIMING OF WORK LOCATED AT THE AIRPORT: • The Work identified in Bid Schedules C through F, inclusive, is located at the Palm • Springs Airport. All work located at the Airport shall be scheduled to commence as a • separate project no sooner than May 1, 2009, to allow peak season tourist traffic into • and out of the airport to decrease. All work located at the Airport will be required to be performed at night (9:00 P.M. to 6:00 A.M.) and when ambient • temperatures are not forecasted to fall below 600 F at any time during the night. • • 6-3 NOTIFICATION • The Contractor shall notify the City and the owners of all utilities and • substructures not less than 2 working days prior to commencing the Work. The • following list of names and telephone numbers is intended for the convenience of the • Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS • Mike Lytar, Senior Public Works Inspector (760) 323-8253 • George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 • • VERIZON • Attention: Mr. Bill Morrow (760) 778-3627 • DESERT WATER AGENCY • Attention: Ms. Debbie Randall (760) 323-4971 • • PROSECUTION, PROGRESS, • 2008/2009 SLURRY SEAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO.08.27 SPECIAL PROVISIONS-SECTION 6-PAGE 1 • 12/23/08 • • • SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Frank Jasso ' (760) 202-4278 • SOUTHERN CALIFORNIA GAS COMPANY • Attention: Ken Kennedy (909) 335-7716 • TIME-WARNEIR CABLE • Attention: Mr, Dale Scrivner (760) 647-5452 • • WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 • SPRINT • Attention: Mr. Lynn Durrett (909) 873-8022 • UNDERGROUND SERVICE'ALERT (800) 227-2600 • • • 6-4 EMERGENCY INFORMATION • The names, addresses, and telephone numbers of the Contractor, sub- • contractors, their owners, officers, and superintendents, ,shall be filed with the Engineer • at the Pre-Construction Conference.', • - END OF SECTION - • • • • • • • • • • • • • • 200812409 SLURRY SEAA AL PROSECUTION, PROGRESS, CITY PROJECT NO F AND ACCEPTANCE OF THE WORK C CITY SPECIAL PROVISIONS-SECTION 6-PAGE 2 • • • • • * SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR • 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be • revised to read as follows: • "The Contractor shall keep itself fully informed of all existing and future • State and Federal laws, and county and municipal ordinances 'and • regulations, which in any manner affect those engaged or employed in the • Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or • tribunals having any jurisdiction or authority over the same. He or she • shall at all times observe and comply with all such existing and future • laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and • all officers and employees thereof connected with the Work, including, but • not.limited to, the City Engineer, against any claim or liability arising from,- or based on, the violation of any such law, ordinance, regulation, order, or • decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, • order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." • • 7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, • of the California Labor Code relating to working hours. The Contractor shall forfeit, as a • penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for • all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. • • 7-3 Prevailing Wage. - As required by Sections 1 770 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 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 7-PAGE 1 • 12123108 • • i • 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to. employment of apprentices on public works. • • 7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of • a Stop Notice, there is served upon',the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the • discharge thereof, withhold from the moneys under its control so much of said,moneys due or to become clue the Contractor under this Contract, as shall be sufficient to • answer the claim stated in such Stop Notice, and to provide for the reasonable cost of . any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of i 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 i California Public Contract Code, the Contractor may substitute securities for any money i 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 i 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 i 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. i 2008/2009 SLURRY SEAL RESPONSIBILITIES Or THE CONTRACTOR CITY PROJECT NO.08.27 SPECIAL PROVISIONS-SECTION 7-PAGE 2 12/23/08 • • • i • 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, i 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 i within the same amount of time taken by the Contractor to respond, or 30 days, i whichever is greater. If the Contractor disputes the City's response, or the City fails to-respond, the Contractor • may demand an informal conference to meet and confer for settlement of the issues in . dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the • Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate . payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, Or other employee employed by i him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be i certified and shall be made available for inspection at all reasonable hours at the i principal office of the Contractor on the following basis: S 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 an 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. i 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, Or the Division of Labor . Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7.11, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub- 20D8l2009 SLURRY-SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 7-PAGE 3 i 12123108 • • • contractors, and the entity through which the request was made. The public shall not be i given access to the records at the principal office of the Contractor. 1 • The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-11, herein, with the entity that requested the records within 10 days after receipt of a written request. • Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of • Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be • marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, .and social security number. The name and address of the Contractor • awarded the Contract or performing'ithe Contract shall not be marked or obliterated. • The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-11, paragraph one, herein, including the • street address, city and county, and,shall, within 5 working days, provide a notice of any change of location and address- • In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in • what respects the Contractor must comply with this Section. Should noncompliance still • be evident after the 10-day period,, the Contractor shall, as a penalty to the State or . political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is • effectuated. Upon the request of the Division of Apprenticeship Standards or the • Division of Labor Standards Enforcement, these penalties shall be withheld from . progress payments then due. • A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain • the full name, address and social security number of each employee, his or her correct • classification, rate of pay, daily- and weekly number of hours worked, itemized • deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee's address and social security • number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer . or its agent, indicating that the payrolls are correct and complete, and that the wage • rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with • identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. . If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all • work performed during the monthly period ending on or before the 1 st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work . performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the SLURRY SEAL CITY PROJECT NO.08-27 RESPONSIBILITIES Or THE CONTRACTOR . CITY PRO 12/23/08 SPECIAL PROVISIONS-SECTION 7-PAGE 4 • • • • • Contract- The retention for failure to submit payrojls for any monthly period will be released for payment on the monthly estimate for partial payments next following the • date that all the satisfactory payrolls for which the retention was made are submitted. • • 7-9 INSURANCE AMOUNTS • Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract • with the City, appropriate insurance against claims for injuries to persons or damages to • property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified • below: A. Minimum Scope of Insurance Required • 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and • service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • • include products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are • driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy • shall: • • be written on a per occurrence basis; and • • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and . • include coverage for owned, non-owned, leased and hired vehicles. • If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement • should be made to the City's Risk Manager. • 3. Workers' Compensation and Employer's Liability Insurances is required for • any contractor, vendor or service provider that has any employees at any time • during the period of this contract. Contractors with no employees must complete • a Request for Waiver of Workers' Compensation Insurance. Requirement form available from the City's Risk Manager- At a minimum, this policy shall: • • • provide statutory requirements of the State of California; and • • include $1,000,000 Employer's Liability. • 2008/2009 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.08.27 SPECIAL PROVISIONS-SECTION 7-PAGE 5 12/23/08 • • • • B. Minimum Limits of Insurance Coveragg Reg_uired $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. I • 3. Certificate must include evidence of the amount of any deductible or self-insured • retention under the policy. • D. Verification of Insurance Coverage All individuals, contractors, agencies, and organizations conducting business for the • City shall provide proof of insurance by submitting one of the following: (1) an • approved General and/or Auto Liability Fndorsement Form for the City of Palm • Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an • approved Additional Insured Endorsement with the following endorsements stated on the Certificate.- 1. "The City of Palm Springs, its officials, employees and agents are named as an • additional insured" ("as it relates to a specific contract" or "for any and all work • performed with the City" maybe included in this statement). • 2. "This insurance is primary and non-contributory over any insurance or self- • insurance the City may have" ("as it relates to a specific contract" or"for any and • all work performed with the City" may be included in this statement). See Example A below. • • As an alternative to the non-contributory endorsement, the City will accept a • waiver of subrogation endorsement on the General Liability policy At a minimum, • this endorsement shall include the following language: • "This insurance company agrees to waive all rights of subrogation against the • City of Palm Springs, its officers, officials and employees for losses paid under • the terms of this policy which arise from the work performed by the named insured for the City." • 2008/2009 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 7-PAGE 6 12/23108 • • • • • • 3. "The insurance afforded by this policy shall not be cancelled except after thirty • days prior written notice by certified mail return receipt requested has been given • to the City." Language such as, "endeavor to" mail and "but failure to mail such • notice shall impose no obligation or liability of any kind upon the company, its • agents or representative" is not acceptable and must be crossed out. See Example B below. . • The Workers' Compensation and Employer's Liability policies shall contain waiver of • subrogation clause in favor of City, its elected officials, officers, employees, agents • and volunteers. See Example C below. • In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City • before work commences. All certificates of insurance must be authorized by a • person with authority to bind coverage, whether that is the authorized agent/broker • or insurance underwriter. Failure to obtain the required documents prior to the • commencement of works hall not waiver the contractor's obligation to provide them. • E. Acceptable Alternatives to Insurance 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 premimium) and additional • insured and/or loss-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval • F. Endorsement Language for Insurance Certificates • Example A: • THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN • IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN • CHAIN OF COVERAGE EXCESS OF THE NAMED INSUREDS 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. • • 2008/2009 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.08.27 SPECIAL PROVISIONS-SECTION 7-PAGE 7 • 12/23/08 • • • • Example B: • SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE • CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE • ISSUING INSURER WILL E-NDE^"�9 MAIL 30 DAYS* WRITTEN . NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN Bd-T Gnu I IOC TO nAnn CI Ir�TaGE- 814A 1 MP-0-SE—NO-G@ l49AT -GR • LIABILITY OF ANY ICI4D—IJ R T GENTS -G - •IJ COO��C CCITT *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. • Insurance is provided on a per project basis and is overseen by the Municipality • Insurance Services, Inc. Essex Insurance Company provides coverage and is an • A++ rated company. There is a 24-hour response time and coverage is immediate, . A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. • Type of work covered: • A. Personal services contracts; • B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and • D. Providers of goods. • 2008/2009 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 7-PAGE 8 12/23/08 • • • • • H. Waiver of Modification of the Insurance Requirements • Any waiver or modification of the insurance requirements can only be made by the • City's Risk Manager or designee at City's discretion. If you do not believe that the • insurance requirements apply to you (e.g., you do not have employees and therefore are not subject to the State workers' compensation insurance requirements; you do • not drive an automobile in connection with the services you provide to the City,- professional liability or errors and omissions liability insurance is not available for the type of services you are performing, etc-), please submit a written request for waiver • or modification of the insurance requirements and the reasons underlying your request to the Risk Manager- All requests for waiver or modification will be reviewed • and a final determination rendered by the Risk Manager. • • 7-10 PERMITS • 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a • current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a • Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained .from the City of Palm Springs, Business License • Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. • • 7-10.2 City of Palm Springs Construction Permit, The Contractor shall be required . to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be • obtained from the office of the Engineer. • . 7-11 SITE CLEANUP • Throughout all phases of construction, including suspension of work, and until final • acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section 10-1.1 of these Special Provisions- The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. • • Materials and equipment shall be removed from the site as soon as they are no longer • necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so • as to present a satisfactory clean and neat appearance, as approved by the Engineer. • All cleanup costs shall be absorbed in the Contractor's bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation • will be allowed therefor- • • - END OF SECTION - • • 2008/2009 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO-08.27 SPECIAL PROVISIONS-SECTION 7-PAGE 9 • 12/23/08 • • • • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • • • (BLANK) • • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • • • • • 2008/2009 SLURRY SEAL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 8-PAGE 1 . 12/23/08 • • • • SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further specified herein, shall include all compensation to be received by the Contractor for • furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as • necessary to complete the various items of work, all in accordance with the provisions • for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and • including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of • Industrial Safety and the Occupational Safety and Health Administration of the U.S_ Department of Labor(OSHA). • • No separate payment will be made for any item that is not specifically set forth in the • Bid Sheet(s), and all costs therefor shall be included in the prices named in the Bid • Sheet(s)for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment • accompanying any estimate without written protest shall be an acknowledgement by the . Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the • Contractor after the completion date of the Contract shall not constitute a waiver of • liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent • retention will be withheld from each payment. All invoices and detailed pay requests • shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien • for the entire amount covered by such invoice; valid unconditional waivers of lien from • the Contractor and all subcontractors and material-men for all work and materials • included in any prior invoices; • Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien • for the Contractor's work, together with releases of lien from any subcontractor or * material-men. • 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefor At the expiration of 35 days after acceptance of the Work by the City Council, or • as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such 2008/2000 SLURRY SEAL MEASUREMENT AND PAYMENT • CITY PROJECT NO.08.27 SPECIAL PROVISIONS-SECTION 9•PAGE 1 • 12/23/08 • amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained- 9-2 PAYMENT SCHEDULE • 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that • the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be considered as included in the bid item(s), and no additional payment will be made therefore. - END OF SECTION - S 2008/2009 SLURRY SEAL MEASUREMENT AND PAYMENT • CITY PROJECT NO.08-27 SPECIAL PROVISIONS-SECTION 9-PAGE 2 12/23/08 • • • • • SECTION 10 -- CONSTRUCTION DETAILS • 10-1 GENERAL • • 10-1.1 Dust Control And Site Cleanup • Throughout all phases of construction, including suspension of work, and until final • acceptance of the project, the Contractor shall keep the work site clean and free from • rubbish and debris- The Contractor shall be responsible for project site maintenance as per • section 7-8 of the Standard Specifications. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. • + Materials and equipment shall be removed from the site as soon as they are no longer • necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory • clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. • • Payment for dust control and site clean up•shall be considered as included in the various bid • items of work, and no additional payment will be made therefore. • 10-1.2 Delivery and Storage -All materials shall be delivered to the site in an undamaged • condition. The materials shall be protected against damage and stored in a location • approved by the Engineer- Defective or damaged materials shall be replaced by the • Contractor at no expense to the City. • 10-1.3 Location and Progression of Work - The Work is located on those City streets • within Section 3, Township 4 South, Range 4 East; from San Rafael Road south to Vista • Chino Road, and Indian Canyon Drive west to the foothills; and on Farrell Drive from Ramon Road to East Palm Canyon. The second part of the work encompasses all roads and • parking lots within the Palm Springs Airport property in Section 18, Township 4 South, • Range 5 East. The Contractor shall progress with the work as necessary t0 complete the . Work as required by these specifications. • 10-1.4 Order of Work. - Order of work shall conform to the Standard Specifications and • these Special Provisions. The first order of work shall be to: • 1. Prepare, route, and clean all pavement cracks greater than '/" in width. 2. Install crackfilling and joint sealant material within all pavement cracks greater than ''/a" • but less than 1'/2" in width. • 3- Install asphalt concrete (Type E-AR4000) within all pavement cracks greater than 1'/z" in width (for those streets specifically listed for crackfilling in addition to an application • of slurry Seal)- 4. Grind built-up excess asphalt concrete pavement adjacent to existing concrete • surfaces where the finish surface of the asphalt concrete pavement exceeds 1 inch over the adjacent concrete surface. • 2008/2009 SLURRY SEAL • CITY PROJECT N0,08-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • • • 5. Remove existing traffic striping and markings as required by these specifications. 6. Following sufficient time allowed for curing of joint sealant material or asphalt concrete pavement in cracks, apply Type II slurry seal or rubberized emulsion-aggregate slurry • seal (REAS) or FLEX SEAL (as identified in the Bid Schedules and Listing of Streets). • 7. Following sufficient time allowed for curing of slurry seal or rubberized emulsion- aggregate slurry seal (REAS) or FLEX SEAL (as identified in the Bid Schedules and Listing of Streets), replace all existing traffic striping and markings as required by these • specifications. • 10-2 TRAFFIC CONTROL • SPECIAL NOTE REGARDING TIMING OF WORK LOCATED AT THE AIRPORT: • • The Work identified in Bid Schedules C through F, inclusive, is located at the Palm • Springs Airport. All work located at the Airport shall .be scheduled to commence as a • separate project no sooner than May 1, 2009, to allow peak season tourist traffic into and out of the airport to decrease. All work located at the Airport will be required to be • performed at night (9:00 P.M. to 6.00 A.M.) and when ambient temperatures are not forecasted to fall below 600 F at any time during the night. • The Work at the airport is located on,the internal access road providing direct access to the • airport terminal and to the short-term sand long-term parking lots. The Contractor performing the work located at the airport shall be knowledgeable of performing similar work at other • facilities that operate 24 hours per day, and the need to sequence and phase work around • intermittent use by the public, as necessary to implement the project. The Contractor will be required to provide a traffic control phasing and sequence plan, and traffic control plans, for implementation of each phase of the work located at the Airport generally described as follows: 1. Establishment of project area signs and notice to vacate parking lot(s); 2. Clearing of vehicles in parking lots (to be coordinated with the Airport); • 3. Removal of traffic striping; • 4. Crack-sealing and/or crack-filling; • 5. Installation of Type II slurry seal (where required); • 6. Curing (where required); 7. Installation of new traffic striping (where required) • • The Contractor shall be required to prepare project area signs approved by the Airport, + identifying the start date of the work at the Airport and notice to vacate the parking lot(s) scheduled for work. No more than one (1) parking lot shall be vacated at any one time, • unless authorized by the Airport. An initial, minimum of thirty (30) days' notice to vacate the • Long Term Parking Lot D (scheduled for crack-sealing/crack-filling only) shall be provided by • installation of approved project area signs at the Airport. It is suggested that closure of . individual parking lots be facilitated by use of Long Term Parking Lot D as a replacement. Subsequent notices shall be posted for Short Term Parking Lots A, B and C, as work within • the Airport proceeds to other areas_ • • • SLURRY SEAL CITY PRO CITY PROJECT NO.08-27 CONSTRUCTION DETAILS • 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 2 • • • • • The Contractor shall coordinate all proposed project sequencing and phasing, and traffic control plans, with the Airport for approval prior to implementation. • • The Contractor shall be required to ensure adequate pedestrian and vehicular access is • maintained through the work site to those parking lot(s) remaining open and to the airport terminal. • • 10-2.1 Maintaining Traffic. — Traffic must be maintained to allow normal operations of the • Palm Springs Airport to complete the contract work. A traffic control plan must be submitted • by the contractor showing restricted lane closures and phasing of work within roadways and parking lots. Changes to the approved traffic control and phasing plan must be approved by • the City Engineer and Traffic Operations staff. Attention is directed to Sections 7-10, "Public • Convenience and Safety," of the Standard Specifications. • 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in • traffic control to ensure public safety and minimize traffic disruptions. Contract work within • the Palm Springs Airport will be completed at night to allow for normal operations during the day. See Section 6-2.1 for hours of operation. The Contractor shall maintain all traffic • control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were • originally included in the Contract or were added at the discretion of the Engineer. All traffic • control devices shall be removed from view and non-operational when not in use. 10-2.3 Construction Signing, - Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed • by the City Engineer. As a minimum, all construction signing, lighting and barricading shall • be in accordance with Part 6 "Temporary Traffic Control' of the California Manual on • Uniform Traffic Control Devices (MUTCD) for Streets and Highways (FHWA's MUTC❑ 2003 edition, amended for use in California, or subsequent editions in force at the time of construction. Part 6 of the California MUTCD is available on line at: http://www.dot.ca.gov/hq/traffops/signtech/mutcdsu pp/pdf/ca muted/CAM UTC D-Part6.pdf. All signs, barricades and other temporary traffic control devices required for the work shall be indicated on and be an integral part of the Traffic Control Plan submitted to and approved • by the City Engineer. • • 10-2.4 Traffic Control Plans — The Contractor shall be required to submit Traffic Control • Plans for the work at Palm Springs Airport for review and approval by the Engineer and Airport Operations. The Traffic Control Plans shall be submitted to the Engineer for review • at the Pre-Construction Conference. Failure to submit Traffic Control Plans at the Pre- Construction Conference shall cause the Contractor to be subject to liquidated . damages in the event the work located at the Airport is not completed within the allowable working days specified herein. All traffic control used at the Airport shall be in • accordance with the approved Traffic Control Plans. • • 2008/2009 SLURRY SEAL • CITY PROJECT NO-08,27 CONSTRUCTION DETAILS 12/23108 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • • • • • 10-2.5 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at • least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if • conditions warrant. The Contractor shall provide the signs and will be responsible for adding • the dates and hours of closure to the signs. Removal of signs and furnishing and placing of . barricades, if necessary, for posting of signs shall be provided by the Contractor. All signs , shall be removed within 24 hours after the effective date. 10-2.6 Notice to Property Owners or Businesses. - The Contractor shall notify the • property owners or occupants of affected properties with a written notice 72 hours prior to • the beginning of Construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties. • • 10-2.7 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain • not less than one lane of traffic open in each direction at all times. In public streets, during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic • at intersections and businesses that may be affected. 10-2.8 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prioriarrangements have been made with the Engineer and • the affected property owner. 10-2.9 Measurement and Payment. - Measurement For payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as • required under the provisions of any permits, and in accordance with the Standard Specifications and these Special Provisions. . Payment for traffic control shall be made at the lump sum bid item price for "Traffic • Control", and no additional compensation shall be allowed therefore. • 10-3 CRACKSEALING • • 10-3.1 Description - The work shall consist of the preparation of cracks and placement of • hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than 1/4" in width but less than 1'/i' in width prior to routing. Cracks 1'/2" and wider shall be cleaned and filled with asphalt concrete material in accordance with . Section 10-4 "Crackfilling"- Thee Contractor will be required to thoroughly complete preparation of all cracks at least '/4" 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. I • 10-3.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged • condition. The materials shall be protected against damage and stared in a location i 2008/2009 SLURRY SEAL • CITY PROJECT NO, 08-27 CONSTRUCTION DETAILS . 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • • • r • r approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. • 10-3.3 Materials - Asphalt-vulcanized -rubber crack sealant material for pavement cracks . greater than '/", but less than 1'/z" in width, shall be Crafco rm PolyFlex Type 3 sealant or approved equal and shall conform to the following requirements: 1. Asphalt shall be AR 4000 viscosity grade Conforming to the provisions of Section 203 of . the Standard Specifications. 2. Sealant material when heated in accordance with ASTM D5078 shall have the following • characteristics: iTest Limits Cone Penetration (ASTM D5329) 20—40 r Resilience (ASTM D5329) 30% Min. r Softening Point (ASTM D36) 210' F Min. Ductility, 77' F (ASTM D113) 30 cm Min. Flexibility (ASTM D3111 Modified) Pass at 30' F * Flow 14W F (ASTM D5329) 3 mm Max . Asphalt Compatibility (ASTM D5329) Pass • Bitumen Content (ASTM D4) 60% Min. Tensile Adhesion (ASTM D5329) 400% Min. r Safe Heating Temperature 4000 F r Recommended Pour Temperatures 3800 F r Unit Weight at 600 F 10.0 lbs./gal_ • 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. 4. The material will be packaged in approximately 60 lb. boxes with a polyethylene liner. The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be r covered with a weather resistant covering. r 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of • compliance with these specifications from the manufacturer. r The Contractor shall submit the manufacturer's material certification for the asphalt sealant r to the Engineer for review and approval at least fourteen (14) days prior to commencing any r work_ Crack sealant material for pavement cracks greater than 1 Y2" in width shall be type E-AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. . Cracks 1'/2" and wider shall be. cleaned and filled with asphalt concrete material in . accordance with Section 10-4 "CrackfiIling". • 2008/2009 SLURRY SEAL . CITY PROJECT NO.08-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 5 • • • • 10-3.4 Equipment - The equipment to mix and apply rubberized asphalt crank sealer shall be CrafcoTM Model BC-220 or approved equal of current manufacturer- • • The joint and crack routing and cleaning machine shall be CrafCOTA1 Model 200 or approved equal of current manufacturer. • The joint cleaner attachment shall be CrafCOTM Model 110 or approved equal of current • manufacturer. 10-3.5 Preparation of Cracks - All cracks to be sealed shall be routed, swept, and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. • • 10-3.5.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at . least two (2) days before sealant application if weeds or other plant material are present in • the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-3.5.2 Routing — All cracks between '/" and 1'/4" in width prior to routing shall have a routed reservoir created with a rotary; impact router. The completed reservoir shall comply with the following dimensions: • 1. The router shall remove at least 1/8"from each side of the crack and out back to sound • pavement- 2. The minimum reservoir width is and the maximum width is 112". • 3. The reservoir depth shall be '/". • 10-3.5.3 Crack Cleaning and Drying —The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,000f/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. • 10-3.5.4 Construction - The asphalt rubber sealant material shall be applied immediately following the heat lance operation that cleans and dries the crack and routed reservoir. The . sealant applicator should stay within 50 yards of the heat lance during its second pass, and 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 CONSTRUCTION DETAILS • 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 6 • • • • • • • in no event shall the sealant be placed more than five (5) minutes after the crack has been • heated by the heat lance. The sealant material shall be melted in a jacketed double boiler type melting unit, which is • equipped with both agitation and re-circulation systems, and applied at temperature of 3800 • F, using a pressure feed wand application system. • Joints and cracks shall be sealed from the bottom up and sealant material shall be applied • se it is flush with the existing pavement surface. Care shall be taken to avoid spillage and • runover onto the surface of the pavement. The surface of pavement shall be immediately squeegeed smooth after the cracks have been filled. Traffic shall not be allowed on the • material until it has been sanded to prevent tracking. • • In addition to these specifications, the crack preparation and application of crack sealant • material shall be in accordance with the manufacturer's recommendations or as outlined in the booklet, "Sealing and Resealing Cracks the Crafco Way," as published by Crafco Inc., • 420 N. Roosevelt Ave_, Chandler, Arizona 85226; 800-528-8242. • • 10-3.7 Measurement and Payment - Payment for preparation of cracks and application of weed killer and asphalt-rubber sealant shall be considered as included in the unit bid item • price per square foot for construction of Type II slurry seal or REAS slurry seal, and shall represent full compensation for furnishing all labor, materials, tools, equipment and • incidentals to accomplish the work as specified herein, and no additional compensation will . be allowed therefore. • 10-4 CRACKFILLING • • 10-4.1 Description - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks greater • than 1'Y2" in width. The Contractor will be required to thoroughly complete preparation of all cracks at least 1/" in width no matter the number of or how widespread the existing cracks • extend across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling • slurry seal. • 10-4.2 Material - Crack filling material for pavement cracks greater than 1'/2" in width shall be type E AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard • Specifications. • 10-4.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned with • two passes of hot compressed air to remove dust, moisture and foreign material for a • minimum of 6 inches on each side of the crack. 10-4.3.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at • least two (2) days before sealant application if weeds or other plant material are present in • the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their • removal, according to the manufacturer's specifications. 2008/2009 SLURRY SEAL CITY PROJECT NO.08.27 CONSTRUCTION DETAILS • 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 7 • • • 10-4.3.2 Crack Cleaning and Drying,—The crack shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid overheating the pavement. The • first pass, should be made along the,crack in a steady fashion, and-should clean and heat, • but not burn, the crack sidewalls. The heat lance should be held approximately 2 inches • above the crack channel. Proper heating is manifested by a slightly darkened color; • burning is apparent by a black color and a very gritty texture. • The second pass should completely remove all the dislodged crack particles from the • roadway and shoulder. • The hot airblasting operation shall be conducted immediately prior to the sealing operation • to limit the amount of dust and debris blown into the cleaned crack channel, maximize crack warmth, and minimize the potential for formulation of moisture condensation in the • crack channel. • 10-4.4 Asphalt Concrete Placement - Installation of asphalt concrete pavement as crack • filling material shall be made by a method that achieves a complete and thorough placement • of asphalt concrete without segregation and voids, and achieves required density and • compaction. • 10-4.5 Payment - Payment for preparation of cracks and installation of Type E AR 4000 • asphalt concrete pavement shall be (considered as included in the unit bid item price per • square foot for Type II slurry seal or REAS slurry seal, and shall represent full compensation . for furnishing all labor, (materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. • 10-5 Asphalt Concrete Grinding 1b-5.1 Grinding Built:Up Excess Asphalt Concrete Pavement. — The following section • shall only be applicable if there are areas where the finish elevation of the asphalt concrete pavement adjacent to existing concrete surfaces (i.e. edge of gutter, cross-gutter, concrete pavement, spandrels) exceeds one inch. . Prior to installation of the Type II slurry.seal or rubberized emulsion-aggregate slurry seal • (REAS) or FLEX SEAL, the Contractor shall grind the existing asphalt concrete pavement at • all locations where systematic build-up of asphalt concrete pavement has occurred adjacent • to existing concrete surfaces. Such work shall include, but not be limited to, edges of gutters, cross-gutters, spandrels, and edges of concrete paving. The Contractor shall grind • to a depth such that the elevation of the finished surface is equal to the elevation of the • adjacent concrete surface. The Contractor shall not allow the elevation of the asphalt • concrete pavement surface to be higher or lower than the adjacent concrete surface at the • completion of the work. • 10-5.2 Measurement and Payment. — Payment for grinding asphalt concrete pavement, • including all compensation for furnishing all labor, materials, tools, equipment, cleaning and • sweeping, and incidentals, and for doing all work involved in grinding of the asphalt concrete 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 CONSTRUCTION DETAILS • 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE S • • • • • • pavement and disposal of resulting materials, as specified in these Special Provisions and as directed by the Engineer, shall be considered as included in the unit price bid for Type II • slurry seal or rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL, and no additional compensation will be allowed therefore. 10-6 TYPE 11 SLURRY SEAL • 10=6.1 Description - The slurry seal work shall consist of the application of Type II Slurry Seal, in accordance with the requirements of Subsection 203-5 and 302.4 of the Standard • Specifications and as specified herein. The Contractor shall submit to the Engineer at the Pre-Construction Conference a mix design in accordance with Section 203-5.4 of the • Standard Specifications. • 10-6.2 Material - The mineral aggregate shall be 100 percent crushed rock of angular • shape, sound, durable, hard, resistant to abrasion, and free from lamination, weak cleavages, and undesirable weathering. The material shall be such that it will not • disintegrate from the action of air, water, or other conditions to be met in handling and • placing and shall have a specific gravity of not less than 2.60. All materials shall be clean and free from deleterious impurities, including alkali, earth, clay, and refuse. • The grading of aggregate shall conform to the gradations specified in Table 203-5.3 (A) of the Standard Specifications for Type II_ Care should be exercised to prevent segregation of aggregate in storage and handling. If segregation occurs, the material shall be worked prior to mixing in a manner that will • minimize segregation. Emulsified asphalt shall be cationic type, Grade CQS-1h conforming • to the requirements of Section 203-3.1 and 203-5.2 of the Standard Specifications. The emulsified asphalt shall be modified with latex in accordance with Section 203-10 of the • Standard Specifications, unless otherwise approved by the Engineer. A cationic SBR latex polymer, Ultrapave UP-65K, by Ultrapave Corp., a division of Textile Rubber and Chemical Co., 1300 Tiarco Drive SW, Dalton, GA 37027; (800) 727-8453; info@Ultrapave.com, or an • approved equal, shall be added to the emulsified asphalt to be used in the emulsion- aggregate slurry mixture. The Contractor shall submit to the Engineer technical information • for the type of cationic SBR latex polymer to be used on this project, for review and approval, at the Pre-Construction Conference. 10-6.3 Equipment- The equipment used in the performance of the work shall be subject to • approval of the Engineer and shall be maintained in satisfactory working condition at all times. Descriptive information about the slurry mixing and applying equipment to be used • shall be submitted to the Engineer For approval at the Pre-Construction Conference_ 10-6.3A Mixer - The slurry mixing machine shall be a continuous flow mixing unit and be • capable of delivering accurately a predetermined proportion of aggregate, water, and emulsified asphalt to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis. The aggregate shall be pre-wetted immediately prior to mixing with the • emulsified asphalt. The mixing unit of the mixing chamber shall be capable of thoroughly • 200812009 SLURRY SEAL CITY PROJECT NO.08-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • blending all ingredients together. The mixing machine shall be equipped with an approved i fines feeder that provides a method'to accurately introduce a predetermined proportion of mineral filler at the same time and location that the aggregate is fed into the mixer. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spraybar adequate for complete fogging of the surface ahead of the spreading equipment with an • application of 0.05 to 0,10 gallon per 'square yard. Sufficient machine storage capacity to mix properly and apply-a minimum of 12 tons of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing slurry seal. 10-6.313 Self-contained Slurry Machine - The machine shall be capable of rapid discharge of the mixed materials into a spreader having suitable controls to allow adjustment for variations in pavement grades and slope. The spreader shall be similar to the spreader box as herein before specified. The spreader box may be either an integral part of a self_ . contained slurry machine or a separate towed unit. The self-contained slurry unit shall be . mounted on a truck or other vehicle capable of producing evenly controlled low rates of speed throughout the operation so that the slurry is spread evenly and all cracks are filled- 10-6.3C Slurry Spreading Equipment - Attached to the mixer machine shall be-a mechanical type squeegee distributor equipped with flexible material in contact with the surface to prevent loss of slurry from the distributor- It shall be maintained to prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread. There shall be a lateral control device and a flexible strike-off. The box shall be kept cleans and the build- • up of asphalt and aggregate on the box shall not be permitted. The use and condition of • burlap drags or other drags shall be approved by the Engineer. 10-6.31D Cleaning Equipment - Power brooms, power blowers, air compressors, water flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the surface and cracks of the old surface., 10-6.4 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 10-6.5 Trial Application - The contractor shall place a test strip of each type of slurry of 60 Square yards in the designated area- The test section shall be placed using the same equipment and methods as will be used on the job. Slurry mixture placed in the test strip shall conform to job mix with minor variations to obtain crack fillings, bond to pavement, and . desired skid resistant texture. In the event that the materials do not meet the requirements for fluidity, non-segregation, or surface texture, a new job mix shall be formulated and tested at the Contractor's expense- Work shall not proceed before approval of design mix and acceptance by the Engineer following',the placing of a test strip- 10-6.6 Placing - Type II Slurry shall be placed on the public streets listed in the appendix, and as directed by the Engineer. The cured slurry shall have a uniform appearance, fill ail cracks, adhere firmly to the surface and have a skid-resistant surface. - f 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 CONSTRUCTION DETAILS . 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 10 • • • • • No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the Contractor. The surface • shall be thoroughly cleaned and swept prior to the-application of slurry seal.- The application of slurry shall be scheduled to commence after 7:00 A.M. and shall be completed by • 2:00 P.M. (Work located at the Airport is not limited to these hours). No slurry shall be • applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees Farenheit. • The slurry seal shall be applied only when the existing surface is clean and free of visible • moisture. The slurry seal shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these Special provisions, and as • directed- The cured slurry shall have a homogeneous appearance; it shall fill all surface • voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. • The slurry mixture shall be of the designated consistency when deposited on the surface • and no additional elements shall be added. Total mixing time shall not exceed 4 minutes- A • sufficient amount of slurry shall be carried in all parts of the spreader at all times so that a • complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate fines from the course • aggregate. If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement. 10-6.7 Rate Of Application - The rate of application for Type II Slurry for each pass shall average 15 pounds per square yard; provided, that it shall be applied at the rate of not less • than 13 pounds nor more than 17 pounds per square yard. • • 10-6.8 Joints - No excessive build-up causing unsightly appearance shall be permitted on • longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and portland concrete pavement and/or concrete • gutters shall be completely and neatly sealed without excessive slop-aver onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the slurry shall be neatly • spread or trimmed to a straight line defined by the near curb lines of the street-adjacent to • the work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible . to the machine. Care shall be exercised to Insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of slurry spread by hand shall match • that which was applied by machine. Contractor shall be responsible for the removal of all • excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. 10-6.9 Smoothness - The finished surface of the slurry seal shall be at least as smooth as the original pavement surface. Any corrugations on the surface creating vibrations • noticeable by passengers in an automobile driving over the slurry sealed surface at legal • speeds will result in rejection of the slurry seal construction. • • 2008/2009 SLURRY SEAL CITY PROJECT No.08-27 CONSTRUCTION DETAILS • 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 11 • • r • 10-6.10 Cleanup - During performance and upon completion of work on this project, the • Contractor shall remove all unused i equipment and instruments of service, all excess or • unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such jtems. The Contractor shall leave entire area in a neat, clean and acceptable condition as • approved by Engineer. The cost for this work shall be included in the prices for all bid items • in the Bid Schedule and no additional payment will be made therefore. • 10-6.11 Removal and Resealing - Any slurry seal application that has been rejected shall • be removed by cold planing to the original pavement. A new slurry seal application shall then • be placed on the pavement. Any placement of slurry seal that has been rejected shall be • removed and replaced at the Contractor's expense. r 10-6.12 Protection of Uncured Slurry - The Contractor shall provide such flaggers and • barricades as may be required to ,protect the uncured slurry from vehicular traffic. All damages to the uncured slurry shall be the responsibility of the Contractor. • 10-6.13 Measurement and Payment- Payment for Type II slurry seal shall be made at the • contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements. The contract unit) price includes full compensation for all slurry seal • materials, application, and appurtenant work, including all labor, equipment, and materials, • pavement cleaning crack-sealing and crackfilling, posting of notices, masking and cleaning utility covers, and all other incidental work. • • 10-7 RUBBERIZED EMULSION -AGGREGATE SLURRY SEAL (REAS) • 10-7.1 Description: The work shall consist of formulating a mix design, cleaning pavement • surfaces, mixing and applying a crumb rubber asphalt slurry-seal surface treatment, and r protecting the completed slurry seal until set. The Work shall be in accordance with the r requirements of subsection 6004 of the Standard Specifications for Public Works • Construction and as specified herein. The Contractor shall submit to the Engineer at the Pre-Construction Conference a mix design in accordance with Section 600-3.2.8 and 203- r 5.4 of the Standard Specifications. • The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface. is • 10-7.2 Materials. Rubberized Emulsion-Aggregate Slurry (REAS) shall consist of • Rubberized Polymer Modified Emulsion (RPME) and aggregate_ • 10-7.2.1 Rubberized Polymer Emulsion. RPME shall be a quick set type of emulsion, r and shall contain asphalt, polymer modifier and crumb rubber. • 10-7.2.2 Polymer Modifier. Polymer Modifier shall be latex which is added at a minimum of • two percent by weight of the RPME. r • 10-7.2.3 Crumb Rubber. The material shall be granulated scrap tire rubber free from fabric • wires and other contaminants. Rubber shall be dry and free flowing. Calcium carbonate or • 2008/2009 SLURRY SEAL . CITY PROJECT NO.08-27 CONSTRUCTION DETAILS 12/23108 SPECIAL PROVISIONS-SECTION 10-PAGE 12 • 0 • • talc may be added to a maximum of four percent by weight of rubber to prevent rubber particles from sticking together. The rubber shall have a specific gravity between 1.15 and • 1.20. 100% of the rubberized material shall pass a #16 sieve, 95% shall pass a #20 sieve, • and a maximum of 2 percent shall pass a #200 sieve. The RPME shall contain between • 0-55 Ibs/gal. and 0.65 Ibs/gal. of crumb rubber. • 10-7.2.4 Quality Requirements. Manufacturers shall certify that materials meet the • requirements specified on table 600-3.2.4(A) 600-3.2.4(B) of the Standard Specifications • and on table-600-3.2.4(C)Type II Slurry Aggregate modified as shown below. • TABLE 600-3.2.4 (C) • COMPOSITION OF REAS • RPME % of Residual RPME • a Kg of Dry Pounds of Dry • Aggregate Type Dry Aggregate Aggregate Aggregate per Aggregate per • Wei ht Weight L of RPME Gallon of RPME • Fine Slurry- 60 - 80 30 - 40 1.27 — 1.70 10.6— 14.2 • A regate Type I Slurry 50 - 75 25 - 38 1.35 --2.0 11.3— 17.0 • A gre ate • .Typ'e:11 Sluny . . re ate 28.. 36 14 -:1;8'; 2:90'�3:6' ' 24'-30 A a • 10-7.2.5 Aggregate. The aggregate shall consist of sound and durable natural or • manufactured sand, crushed stone or crushed stone and rock dust, of a combination • thereof, free of deleterious amounts of organic material, mica, and other substances not • suitable for the purpose. Smooth-textured sand of less than 1.25 percent water absorption, • as tested by ASTM C128, shall not exceed 50 percent of the total combined aggregate. Aggregate retained on the#50 sieve shall be 100% crushed. • • The combined aggregate shall meet the requirements of Table 203.5.2(B) prior to any • chemical additions, and when tested in accordance with ASTM C136, shall conform to the • Type 11 gradation shown on Table 600-3.2.5(A) modified as shown below. TABLE 600-3-2.5 (A) • GRADATION OF AGGREGATES • FINE SLURRY TYPE I SLURRY TYPE,II SLURRY, • SIEVE SIZE AGGREGATE AGGREGATE 'AGGREGATE % BY WEIGHT PASSING SIEVES • 9.5 mm 3/8" 100 100 100 4.75 mm No.4 100 100 90-100 _ • 2.36 mm No.8 95-100 90-100 =65-90 • 1.18 mm No.16 75-92 65-90 45-70 , • 600 mm N0.30 50-75 40-60 30-50 • 2008/2009 SLURRY SEAL • CITY PROJECT N0,03-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 13 • • • • 300 mm No.50 35-50 25-42 18-36 '- 150 mm No.100 15 30 15-30 10-24 75 mm No.200 10 20 10-20 5-15 . • • 10-7.3 Slurry Mixing and Spreading Equipment. The REAS shall be mixed and spread in • accordance with the provisions of subsection 600-3.3 of the Standard Specifications. • 10-7.3.1 Application of REAS. The; application of REAS shall be in accordance with the • provisions of subsection 600-3.4 of the Standard Specifications and application rates for Type II slurry Aggregate as shown on'Table 600-3.4(A) modified as shown below. . TABLE 600-3.4(A) RPME APPLICATION RATES • Aggregate Type Application Rate m 1L of Application Rate f0gallon of • RPME RPME Fine Slurry Aggregate .86 - .98 35 —40 • Type I Slurry Aggregate .69 - .86 28 —35 • Type'II Slurry Aggregate' : . . _59,-'..78.., 24 - 32 • 10-7.4 Cleaning Equipment - Power brooms, power blowers, air compressors, water • flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the • surface and cracks of the old surface.' • 10-7.5 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment • shall be provided as necessary to perform the work. 10-7.6 Joints - No excessive build-up causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid • for. Joints between asphalt pavemeent and portland concrete pavement and/or concrete gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; • any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the slurry shall be neatly • spread or trimmed to a straight line defined by the near curb lines of the street adjacent to • the work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible • to the machine. Care shall be exercised to insure the maximum rate of application with no • excess and leaving no unsightly appearance. Texture of slurry spread by hand shall match that which was applied by machine_' Contractor shall be responsible for the removal of all • excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. 10-7.7 Smoothness - The finished surface of the slurry seal shall be at least as smooth as the original pavement surface_ Any corrugations on the surface creating vibrations noticeable by passengers in an automobile driving over the slurry sealed surface at legal • speeds will result in rejection of the slurry seal construction. • • 2008l2009 SLURRY SEAL ' CITY PROJECT NO.08.27 CONSTRUCTION DETAILS • 12/23/06 SPECIAL PROVISIONS-SECTION 10-PAGE 14 • • • • i • 10-7.8 Cleanup - During performance and upon completion of work on this project, the • Contractor shall remove all unused equipment and instruments of service, all excess or • unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such • items. The Contractor shall leave entire area in a neat, clean and acceptable condition as • approved by Engineer. The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefore. • • 10-7.9 Removal and Resealing - Any slurry seal application that has been rejected shall • be removed by cold planing to the original pavement. A new slurry seal application shall then be placed on the pavement. Any placement of slurry seal that has been rejected shall i be removed and replaced at the Contractor's expense. • • 10-7.10 Protection of Uncured Slurry - The Contractor shall provide such flaggers and • barricades as may be required to protect the uncured slurry from vehicular traffic. All damages to the uncured slurry shall be the responsibility of the Contractor. • • 10-7.11 Measurement and Payment- Payment for Rubberized Emulsion-Aggregate Slurry i Seal shall be made at the contract unit price per square foot in the Bid Schedule, and shall i be based on in-place field measurements.The contract unit price includes full compensation for all slurry seal and appurtenant work, including all labor, equipment, and materials, pavement cleaning, crack-sealing and crackfilling, posting of notices, masking and cleaning • utility covers, and all other incidental work. • 10-8 MICROSURFACING • • 10-8.1 Description - The slurry seal work located at the Airport, to be performed at night, • shall consist of the application of "Microsurfacing", consisting of mixing a polymer modified, • cationic microsurfacing emulsion (MSE), water and additives, mineral filler, and aggregate and spreading the mixture on a pavement surface as specified in these special provisions, and as directed by the Engineer. • • 10-8.2 Materials -- The materials for microsurfacing shall conform to the following requirements: • Microsurfacing Emulsion (MSE) - Microsurfacing Emulsion (MSE) shall be homogenous. • The polymer shall be milled or blended into the asphalt or blended into the emulsifier • solution prior to the emulsification process. The MSE shall contain a minimum of 3 percent polymer solids based'on weight of MSE residual asphalt- A Certificate of Compliance shall • be furnished with each shipment of MSE in conformance with the requirements of Section i 94-1.05, "Test Report," of the Caltrans Standard Specifications. • • • 2008/2009 SLURRY SEAL . CITY PROJECT NO-08-27 CONSTRUCTION DETAILS 12/23/03 SPECIAL PROVISIONS-SECTION 10-PAGE 15 • • • • The MSE shall conform to the following requirements: • Requirements for Polymer Modified, Cationic Microsurfacing Emulsion (MSE) • Tests on MSE: • Test Test Method Requirement • Viscosity @ 25°C, SSF AASHTO T 59 15-90 sec. • Sieve Test, max. AASHTO T 59 0.30% Settlement, 5 days, max. ASTM D 244 5% • Storage Stability, 1 day, max. AASHTO T 59 1% • Residue by Evaporation, min. California Test 331 62% Tests on Residue from Eva oration Test: • Test Test Method Requirement • G 20°C, 10 rad/sec., MPa AASHTO TP 315 Report Only Penetrationff 25°C AASHTO T 49 40-90 Phase Angle @ 50°C, 10_rad/sec AASHTO TP 315 Report Only • PA max — PA base ' Softening Point, min. AASHTO T 53 1 57°C • Stiffness @ -12°C AASHTO TP 313 Report Only • MPa, and M-value Water and Additives � Water shall be of such quality that the asphalt will not separate from the VISE before the • microsurfacing is placed on the pavement. If necessary for workability, additives that will not • adversely affect the microsurfacing product may be used. • Mineral Filler • Mineral filler shall be Portland cement or hydrated lime that is free of lumps. Portland cement shall be either Type I, Type II, Type III or a combination thereof. The type of mineral filler shall be determined by the Contractor based on laboratory mix designs. The mineral ' • filler will be considered part of the aggregate gradation requirement. • Aggregate • • The aggregate used for microsurfacing shall be Type HL The material shall be free from vegetable matter and Other deleterious substances. Aggregate shall be free of lumps and • oversize particles. • Aggregate shall conform to the grading and quality requirements prior to the addition of the • MSE. If aggregates are blended, each component aggregate shall conform to the Sand • Equivalent and Durabiliity Index requirements. • • 2008/2000 SLURRY SEAL • CONSTRUCTION DETAILS CITY PROJECT NO.08.27 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 16 • • • • • The percentage composition by mass of aggregate, including material filler, shall conform to the following grading requirements: • • Type III • - Sieve Sizes Percentage Passing • 3/8 9-5 mm 100 #4 4.75 mm 70 —90 • #8 2-36 mm 45 — 70 • #16 1-18 mm 28 — 50 • #30 600 m 19 —34 • #200 75 m 5 — 15 • The-aggregate, excluding mineral filler, shall conform to the following quality requirements: • r • Test California Test Requirement . Sand Equivalent, min. 217 65 Durability Index, min. 229 65 • Percentage of Crushed Particles, min. 205 100% - • Las Angeles Rattler Loss at 500 Rev., max. 211 35% • Notes: 1. California Test 211, Los Angeles Rattler, shall be performed on the parent aggregate • before crushing. • • If the results of the aggregate grading do not . meet the specified gradation, the • microsurfacing represented by the test shall be removed. However, if requested in writing by the Contractor and approved by the Engineer, the microsurfacing may remain in place and • the Contractor shall pay to the City $1.75 per ton for the aggregate represented by the tests • and left in place. The City may deduct these amounts from any moneys due or to become • due the Contractor- If the results of the Sand Equivalent test for aggregate do not meet the specified • requirement, the microsurfacing represented by the test shall be removed. However, if • requested in writing by the Contractor and approved by the Engineer, the microsurfacing • may remain in place and the Contractor shall pay to the City $1.75 per ton for the aggregate represented by the tests and left in place. The City may deduct these amounts from any • moneys due or to become due the Contractor- • • When the results of both the aggregate grading and the Sand Equivalent tests of not conform to the specified requirements and if the microsurfacing is allowed to remain in • place, both payments to the City shall apply. The City may deduct these amounts from any • moneys due or to become due the Contractor. No single aggregate grading or Sand Equivalent test-shall represent more than 300 tans or one day's production, whichever is smaller. • • 200812009 SLURRY SEAL • CITY PROJECT NO.08-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 17 • • • • 10-8:3 Mix Design — At the pre-construction conference, the Contractor shall submit for approval by the Engineer a laboratory report of tests and a proposed mix design covering the specific materials proposed for use on the project_ • • The percentages of each individual material proposed in the mix design shall be shown in • the laboratory report. Adjustments may be required during construction based on field conditions. Individual materials shall be within the following limits: • • MSE Residual Asphalt 5.5% to 9.5% by dry wei ht of a cireqate • Water and Additives As needed • Mineral Filler 0%to 3% by d wei ht of a re ate The mix design and aggregate tests shall be performed by a laboratory capable of • performing the applicable International Slurry Surfacing Association (ISSA) tests. The • proposed microsurfacing mixture shall conform to the specified requirements when tested in . conformance with the following tests: Test ISSA Test Method Requirements • Wet Cohesion TB 139 • @ 30 Minute (Set), min. 12 kg-cm • 60 Minute (Traffic), max_ 20 k -cm Excess Asphalt, max. TB 109 540 g/m2 • Wet Stripping, min_ TB 114 90% • Wet Track Abrasion Loss TB 100 6-day Soak, max. 810 /m2 • Displacement TB 147 Lateral, max. 5% • Specific Gravity After 1000 Cycles of 57 kg, max. 2.10 • Classification Compatibility, min. TB 144 AAA, BAA 11 grade points • Mix Time @ 25°C, min. TB 113 Controllable to 120 seconds TB = Technical Bulletin) • The laboratory that performed the tests and designed the mixture shall sign the laboratory . report. The report shall show the results of the tests on individual materials and shall • compare their values to those required by these.special provisions_ The report shall clearly show the proportions of aggregate, water (minimum and maximum), additive usage, mineral • filler (minimum and maximum), and MSE residual asphalt content (minimum and maximum) • based on the dry weight of aggregate. The laboratory shall report the quantitative effects of • moisture content on the unit weight of the aggregate (bulking effect) in confonnance with the requirements of ASTM Designation: C 29M. Previous laboratory reports covering the same • materials may be accepted provided the material test reports were completed within the • previous 12 months. The mix design shall further show the recommended changes in water, . additive, and mineral filler proportions for high temperature weather conditions by reporting proportions of materials required for 60 seconds of mix time with materials heated to 100°F. This 100°F mixing report will not be required for projects requiring nighttime application. • 2008/2009 SLURRY SEA[ • CITY PROJECT NO.08-27 CONSTRUCTION DETAI4S . 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 18 • • W • • • The component materials used in the mix design shall be representative of the • microsurfacing materials proposed by one Contractor for use on the project_ • • Once the mix design is approved by the Engineer, no substitution of other material will be permitted unless the materials proposed for substitution are first tested and a laboratory report is submitted for the substituted design in conformance with these special provisions. Substituted materials shall not be used until the mix design for those materials has been • approved by the Engineer. • The Completed mixture, after addition of water and additives, if additives are used, shall be • such that the microsurfacing mixture has proper workability. At the expiration of the time • allowed for closure of lanes, in conformance with "Maintaining Traffic" of these special • provisions, the microsurfacing mixture shall be sufficiently cured to support unrestricted traffic. • • 10-8.4 Proportioning -- Aggregate, water, additives (if used), mineral filler, and MSE shall • be proportioned by volume utilizing the mix design approved by the Engineer. If more than . one kind of aggregate is used, the correct amount of each kind of aggregate to produce the required grading shall be proportioned separately, prior to adding the other materials of the • mixture, in a manner that will result in a uniform and homogeneous blend. • The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be determinable. The MSE shall be proportioned • by a positive displacement pump. Variable rate emulsion pumps, if used, shall be calibrated • and sealed in the pump's calibrated condition in conformance with California Test 109 prior • to usage. • The delivery rate of aggregate and MSE per revolution of the aggregate feeder shall be • calibrated at the appropriate gate settings for each mixer-spreader truck used on the project in conformance with California Test 109. The aggregate belt feeder shall deliver aggregate to the pugmill with such volumetric • consistency that the deviation for any individual aggregate delivery rate check-run shall not exceed 2 percent of the mathematical average of 3 runs of at least 3 tons each. The • emulsion pump shall deliver MSE to the pugmill with such volumetric consistency that the • deviation for any individual delivery rate check-run shall be within 2 percent of the mathematical average of 3 runs of at least 300 gallons each. • • The MSE storage tank shall be located immediately before the emulsion pump and shall be • equipped with a device which will automatically shut down the power to the emulsion pump and aggregate belt feeder when the MSE level is lowered to a point where the pump suction • line is exposed. • • A temperature-indicating device shall be installed in the emulsion storage tank at the pump • suction level. The device shall indicate the temperature of the MSE and shall be accurate to within 40°F_ • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08-27 CONSTRUCTION DETAILS 12/28/08 SPECIAL PROVISIONS-SECTION 10-PAGE 19 • • • • The belt delivering the aggregate to the pugmill shall be equipped with a device to monitor • the depth of aggregate being delivered to the pugmill. The device for monitoring the depth of • aggregate shall automatically shut down the power to the aggregate belt feeder whenever • the depth of aggregate is less than the target depth of flow. A second device shall be located . where the device will monitor the movement of the aggregate belt by detecting revolutions of the belt feeder. The devices for monitoring no flow or belt movement shall automatically shut • down the power to the aggregate belt when the aggregate belt movement is interrupted. The • device to detect revolutions of the belt feeder. will not be required where the aggregate delivery belt is an integral part of the drive chain. To avoid erroneous shutdown by normal fluctuation, a delay.of 3 seconds will be permitted between sensing and shutdown of the • _operation_ • 10-8.4 Mixing and 'Spreading Equipment -- The microsurfacing shall be mixed in • continuous pugmill mixers of adequate size and power for the type of microsurfacing to.be • placed. All indicators shall be in working order prior to commencing mixing .and spreading • operations. I • Mixer-spreader trucks shall be equipped to proportion the aggregate, water, additives (if used), mineral filler, and MSE by volume. Rotating and reciprocating equipment on mixer- spreader trucks shall be covered with metal guards. • The mixer-spreader truck shall not be operated unless low-flow and no-flow devices and • revolution counters are in good working condition and functioning and metal guards are in • place. The required indicators shall be visible while walking alongside the mixer-spreader • truck. Aggregate feeders shall be connected directly to the drive on the emulsion pump. The drive • shaft of the aggregate feeder shall be equipped with a revolution counter reading to the • nearest one-tenth of a revolution. I • MicrosurFacing shall be mixed and' applied by an automatic-sequenced, self-propelled microsurfacing mixing machine, which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, microsurfacing emulsion (MSE), mineral • filler, control setting additive, and water to a double shafted mixer and to discharge the • mixed product on a continuous flow basis. The machine shall have sufficient storage • capacity for aggregate, MSE, mineral filler, control additive and water to maintain an • adequate supply to the proportioning controls. The machine will be required to be a self- loading machine capable of loading materials while continuing to lay microsurfacing, thereby • minimizing construction joints. The self-loading machine shall be equipped to allow the . operator to have full control of the forward and reverse speeds during applications of the • microsurfacing. Truck Mounted MicrosurFacing Units may be utilized as authorized by the Engineer. • • In addition to the provisions in'the ',fourth paragraph of Section 5.1-10, "Equipment and . Plants," of the Caltrans Standard Specifications, the identifying number of mixer-spreader . trucks shall e at least three inches in height, located on the front and rear of the vehicle. 2008/2009 SLURRY SEAL` CITY PROJECT NO.08-27 CONSTRUCTION DETAILS • 12l2S(08 SPECIAL PROVISIONS-SECTION 10-PAGE 20 • • i • i + - Spreader Box * The microsurfacing mixture shall be spread by means of a spreader box. The spreader box shall be capable of placing the microsurfacing a minimum of 12 feet wide and shall prevent the loss of microsurfacing from the box. Spreader boxes over 7.5 feet in application width shall have baffles, reversible motor driven augers or other suitable means to insure uniform application on superelevated sections. Spreader box skids shall be maintained in such manner as to prevent chatter (wash boarding) in the finished mat. The . spreader box shall be clean and free of microsurfacing and MSE at the start of each work • shift. The spreader box shall have a series of strike-off devices at the rear of the box. The leading strike-off device shall be fabricated of steel, stiff rubber or other suitable material. The • number of strike-off devices shall be determined by the Contractor. The first strike-off device shall be designed to maintain close contact with the pavement during the spreading operations, shall obtain the thickness required, and shall be capable of being adjusted to the ! various pavement cross sections for application of a uniform microsurfacing finished surface. i The final strike-off device shall be fabricated of flexible material suitable for the intended use and shall be designed and operated to ensure that a uniform texture is achieved in the i finished surface of the microsurfacing. The final strike-off device shall be cleaned daily and i changed if problems with longitudinal scouring occur. rFlexible fabric drags attached to the rear of the spreader box shall not be used. 10-8.5 Placement — Before placing the microsurfacing, the pavement surface shall be cleaned by sweeping, flushing or other means necessary to remove loose particles of i paving, dirt, and other extraneous material. When required by local conditions, the roadway surface may be fogged with water ahead of the spreader box. The application of the fog i spray may be adjusted to suit temperatures, surface texture, humidity, and dryness of pavement. Crack-sealing and/or crack-filling shall be completed prior to application of microsurfacing. During the placement of microsurfacing, longitudinal and transverse joints shall be uniform, i neat in appearance and shall not contain material buildup or uncovered areas. Longitudinal joints shall be placed on lane lines, edge lines, or shoulder lines and shall have an overlap • no greater than 3 inches. Longitudinal joints shall be straight in appearance along the roadway centerline, lane lines, shoulder lines, edge lines, and at intersections. i The finished microsurfacing shall have a uniform texture free of excessive scratch marks, i tears, or other surface irregularities. Excessive tear marks are considered 4 marks that are '/2 inch wide or wider and 6 inches or more long per 100 square yards, or any marks 1 inch wide or wider or 4.inches long. i Produce neat and uniform longitudinal and transverse joints. Construct transverse joints as . butt-type joints. Place longitudinal joints on lane lines when possible. Do not allow gaps between applications. Joints are acceptable if there is no more than ''/2 inch vertical space for i SLURRY SEAL CITY CITY PROJECT JECT NO.08-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 21 • • longitudinal joints nor more than 3/8 inch for a transverse joint between the pavement • surface and a 4 foot straightedge placed perpendicular on the joint. • Surface areas the mixing machine cannot reach by using hand tools to provide complete • and uniform coverage. Clean and lightly dampen the area to be handworked before placing the mix. Areas that require handwork produce a finished surface that shall be uniform in texture, and have a neat appearance similar to that produced by the spreader box. Microsurfacing material required to repair deficiencies due to unsatisfactory workmanship • and the work required to mix and place the materials according to the specifications, shall be • provided at no expense to the City. The microsurfacing mixture shall be uniformly spread on the existing surfacing within the • rate specified without spotting, rehandling, or otherwise shifting the mixture. The microsurfacing mixture shall not be placed when the ambient temperature is below 46°F. Microsurfacing shall only be placed when the ambient temperature is 460F and rising and the high temperature for the day is expected to be at least 68°F. Microsurfacing shall • not be placed if rain is imminent or if the ambient temperature is expected to fall below 35OF within 24 hours after placement. Microsurfacing shall be spread at a rate within the following ranges of pounds of dry • aggregate per square yard: • Microsurfacing Type Location Spread Rate + Type III Full Lane Width 20.0—32.0 Note: the rate specified above is for microsurfacing over asphalt concrete pavement. • Longitudinal joints shall correspond with the edges of the final traffic lanes. The Engineer may permit other patterns of longitudinal joints if the patterns will not adversely affect the • quality of the finished product. • Through traffic lanes shall be spread in full lane widths only. Longitudinal joints common to 2 • traffic lanes shall be butt joints with overlaps not to exceed 3 inches. All transverse joints • shall begin on roofing felt with the leading edge of the roofing felt set along the joint. The first part of the next run shall begin on the roofing felt so that when the felt is removed a straight • butt joint is created. Other suitable methods to avoid double placement of the microsurfacing • will be allowed with the approval of the Engineer. Hand tools shall be available to remove • spillage. • Roadways shall be pulled in the traffic or anti-traffic direction and not perpendicular or at an • angle to the roadway. The mixture shall be uniform and homogenous after placing on the surfacing and shall not • show separation of the M5E and aggregate after setting. The completed surface shall be of • uniform texture and free from ruts, humps, depressions, or irregularities. • • • 200812009 SLURRY SEAT CITY PROJECT N0,08-27 CONSTRUCTION DETAILS • 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 22 • • • • • 0 Adequate means shall be provided to'protect the microsurfacing from damage by traffic until such time that the mixture has cured sufficiently so that the microsurfacing will not adhere to • or be picked up by the tires of vehicles. • Placement of the microsurfacing shall cease a minimum of one hour_before the expiration of the times allowed for closure of lanes as authorized by the Engineer. • • The microsurfacing shall be swept approximately 24 hours after placement to remove • loosened or shed aggregate particles- Thereafter, the microsurfacing shall be swept, when • directed by the Engineer, for up to 10 days after placement to remove loosened or shed aggregate particles. Sweeping shall be performed in such a manner that the microsurfacing • will not be damaged. Test Strip • The Contractor shall construct a test strip for evaluation by the Engineer. The test strip shall • be four inches to six inches, shall replicate the full production placement of microsurfacing, • and shall consist of the application courses specified. The test strip shall be constructed at • the same time of day or night that the full production of microsurfacing will be placed and may be constructed in 2 days or nights when multiple course applications are specified. The • Contractor shall propose adjustments in the mixture to compensate for sudden changes in • weather conditions. • The Engineer will evaluate the completed test strip after traffic has been allowed on the • completed test strip for 12 hours to determine if the mix design and placement procedure are acceptable. If the mix design or the placement procedure is determined by the Engineer • to be unacceptable, the test strip will be rejected, the Contractor shall make modifications, • and a new test strip shall be constructed. The new test strip will be evaluated by the Engineer. The cost of materials and placement of the test strips which have been rejected • shall be borne by the Contractor and will not be considered as part of the contract work. If • ordered by the Engineer, rejected test strips shall be removed at the Contractor's expense- Repair of Early Distress • If bleeding, raveling, delamination, rutting, or wash boarding occurs within 60 days after • placing the microsurfacing, the Contractor shall make repairs by any method approved by * the Engineer. The Contractor shall not be relieved from maintenance, and final contract payment will not be made, until repairs have been completed. • • 10-8.6 Measurement and Payment - Payment for Microsurfacing shall be made at the • contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements. The contract unit price includes full compensation for all microsurfacing • materials, application, and appurtenant work, including all labor, equipment, and materials, • pavement cleaning, crack-sealing and crackfilling, posting of notices, masking and cleaning • utility covers, and all other incidental work as required by these specifications. • • 2008/2009 SLURRY SEAL CITY PROJECT NO.08-27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 23 • • • 10-9 MISCELLANEOUS APPURTENANT WORK � 10-9.1 Utility Covers - Immediately prior to applying the slurry seal, all utility covers shall be protected with butcher paper and a thin layer 30-mesh sand or by alternative means approved by Engineer. 10-9.2 Removal of Raised Pavement Markers - All existing raised pavement markers (reflective or non-(reflective) shall be removed prior to installation of a Type II slurry or a Rubberized Emulsion-Aggregate Slurry (REAS), in accordance with Section 312-3 of the . Standard Specifications. • 10-10 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS 0 10-10.1 General - All existing traffic', striping or markings on streets to be slurried shall be r 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: 0 For all streets with existing paint or thermoplastic traffic striping, the contractor shall replace the traffic striping with the corresponding raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans. For all streets to be slurried with a Type II slurry or a Rubberized Emulsion-Aggregate Slurry (REAS)that have existing traffic striping in 0 accordance with raised pavement marker traffic striping details from the State of California • "Calfrans" Standard Plans, any missing or damaged raised pavement markers shall be . replaced by the Contractor with new raised pavement markers. . For all streets, all existing raised pavement markers shall be removed and, after slurry • application, replaced in like kind with'new raised pavement markers. New blue markers shall be placed at fire hydrant locations, whether or not markers existed prior to the slurry application. All new non-reflective raised pavement markers shall be ceramic; no plastic pavement markers shall be used. . For all paved surfaces to be slurried at the Airport, all existing traffic striping shall be 0 replaced in kind with thermoplastic traffic striping or paint, or with raised pavement markers r where existing. • 10-10.2 Pavement Markings - Pavement markings shall conform to the provisions in • Section 210-1.6.1 "General", 210-1.6.2 "Thermoplastic Paint, State Specifications" and 210- • 1.6.3 "Rapid Dry White, Yellow, or Black Traffic Line Paint'" of the Standard Specifications and these Special Provisions. 0 • 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 . 2008/2009 SLURRY SEAL CITY PROJECT NO.08.27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 24 • • • 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 unit price • bid for the construction of Type II slurry seal or a Rubberized Emulsion-Aggregate Slurry • (REAS), and no additional compensation will be made therefore. • The Contractor shall use Caltrans metric stencils for all legends and arrows on this project, • conforming to the latest Bureau of Public Roads standards. The Contractor shall contact the Engineer, 72 hours before any legends are painted on city streets to ensure that the patterns the Contractor is using match the patterns used by the • City of Palm Springs. No other pattern will be allowed except patterns that match patterns • used by the City of Palm Springs. 10-10.3 Removal of Traffic Stripes and Pavement Markings - All existing paint, thermoplastic traffic stripes and pavement markings within the streets to be slurry sealed • shall be removed as indicated herein. Where existing paint, thermoplastic striping or markings exist, they shall be removed by grinding or sandblasting. Where such removal operation is being performed within 10 feet of • a lane occupied by public traffic, the residue including dust shall be removed immediately • after contact between the erasing machine and the surface being treated. Such removal • shall be by sweeping concurrently with the erasing operation. • Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as • provided in Section 7-10, "Public Convenience and Safety," of the Standard Specifications. 10710.4 Applying Pavement Markings - Traffic legends shall be applied in accordance with section 310-5.6 of the Standard Specifications. • • 10-10.5 Pavement Markers - Pavement markers shall conform to the provisions in Section • 214, 'Pavement Markers," and shall be removed and placed in accordance with Section • 312, 'Pavement Marker Placement and Removal," of the Standard Specifications and these Special Provisions. All new non-reflective raised pavement markers shall be ceramic; no • plastic pavement markers shall be used. Flexible bituminous adhesive, as specified by Section 214-7 of the Standard Specifications, or an alternative equal approved by the City Engineer, shall be used for installation of all • raised pavement markers. • All existing raised pavement markers shall be replaced, and new markers of either reflective • or non-reflective type installed in accordance with the raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans. All lane lines and centerlines • 2006/2009 SLURRY SEAL . CITY PROJECT NO-08.27 CONSTRUCTION DETAILS 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 25 • • • • 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 (except for those roads and/or parking lots located at the Airport). All channelizers removed • by the Contractor's operations shall be replaced in like kind, at its expense. • The Contractor shall install all raised pavement markers and reflectors, not less than 14 • days after completion of slurry seal',as the job proceeds along, and shall rabbit track the • proposed project as the job proceeds before completion of work each day, and not at total • completion of slurry seal. • The Contractor shall establish all traffic striping by string line and rabbit tracking to provide • markings that will vary less than in 50 feet from the specified alignment. • All additional work necessary to establish satisfactory lines for markers shall be performed • by the Contractor. 10-10.6 Blue Hydrant Markers - Blue hydrant markers shall be 'Bright Dot" round • thermoset polymer pavement markers as manufactured by Ciama Products, or approved equal. • Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a • line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half- • street closest to the fire hydrant and on a line perpendicular to the fire hydrant_ • 10-10.7 Measurement and Payment — Payment for removal of existing traffic striping, • installation of temporary traffic striping, and installation of permanent traffic striping, • markings and legends, shall be considered as included in the lump sum bid item price for • removal and replacement of existing traffic striping, and shall include full compensation for all traffic striping, Ilegends, and markings, including temporary striping, complete and fully • installed, as specified in the Standard Specifications and these Special Provisions, and no • additional compensation will be allowed therefore. • END OF SECTION - • • • • • • • • • • 2008/2009 SLURRY SEAL • CITY PROJECT NO.08.27 CONSTRUCTION DETAILS . 12/23/08 SPECIAL PROVISIONS-SECTION 10-PAGE 26 • • tor • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • PART III-APPENDIX • • 2008/2009 ANNUAL SLURRY SEAL • CITY PROJECT NO. 08-27 • • Listing of Streets • Street Maps • City of Palm Springs Standard Drawing No- 824 and 625 • Cal Trans Standard Plan No. A20A, A2013, A20C, A20D, Al A24C, A24D, and A24E • CrafcoT"' Polyflex Type 3 Sealant Product Data Sheet Henry"HE184— Flexible Dotstick" Technical Data Sheet • CrafcoTm Hot-Applied Flexible Pavement Marker Adhesive product Data Sheet • CrafcoTm Hot-Applied Flexible Pavement Marker Adhesive Application Instructions • • • • • • • • • • • • • • • • • • • 200812009 SLURRY SEAL • CITY PROJECT NO,08-27 CONTENTS 12123/08 PART III • 0 • s . CITY PROJECT 08-27 • 2008/2009 ANNUAL SLURRY SEAL SECTION 3-4-4 STREET LISTING • . Sec ID Name 10344015 V A RAF EL RD -- {VI 40,375{ 0344005 SAN RAFAEL RD _ INDIAN CANYON DRI VIRGINIA RD - - - • DRIVE � 126,4801 • GINIA E) RD 3 5 SAN RARD SANTA CATALINA —_ � _RD SAN RAFAEL RD 345'S SAN RAFAEL 6.555I . 0344020 (VIRGINIA RD- -- _ _ 3,402 0344025 VIRGINIA RD SANTA CATALINA_ ,SAN CARLOS RD 10,160, • 10344035.... ^^IPICO RD -----jD+ F ANZA RD— _ µ OS FCL CES RD " " - 19,341' • 0344040 �SEPULVEDA RD ILOS FELICES RD IDE ANZA RD _ 16,236' • �0344050 ^SAN CARLOS RD �ZANJERO RD INDIAN CANYON -- _37 008• 0344045 SEPULVEDARD_ !DEANZARD IZANJERORE) _ 3T ON DRIVE._...."" _ i--.m.-... 37,008� 10344055 ISANTA CLARA WY _ IINDIAN CANYON DRI�PUERTO DEL SOL"__w._. _ 10,440 • 01 344060 SAN MARCO WY PUERTO DEL SOL INDIAN CANYON DRIVE 1012601 • 0344065 SANTA CATALINA RD INDIAN CANYON DRI,VIRGINIA RD 271090 0344070 SANTA CATALINA RD (VIRGINIA RD ILOS FELICES RD _ 55,308f • 0344075 1DOMINGUEZ RD LOS FELICES RD IDE ANZA RD • 0344080 _DOMINGUEZ R_D _ ____IDE ANZA RD ZANJERO RD __ __ __ __ 2 LPM 474 0344090 ,ZANJERO RD SAON C RL S RD IYORBA RDOS RD 18.019 0344095 YORBA RD IZANJERO RD LOS FELICES RD "r 42,093 0344100 IYORBA RD IL OS FELICES RD PALM CANYON DRIVE- 11.520 _, 0344905 T ALIVARADO RD ll PALM'C4NYON DRIV,, LO5,FELICE5 RD 6,620i • [034411A _ALVARAbO R� -,: _ LOS'FELICES Rb: pE,'AWkA b,,- f 10,396', I0344115 rCABRILLO RD 1DE ANZA RD ZANJERO RD 23,8681 0344120 ZANJERO Rpv^ CABRIL LOMRp C_O_RT_EZ_RD 4;050' 0344125 IPUERTO DEL SOL ISAN RAFAEL RD _ SANTA CATALINA J �6w52_51 0344130 PUE RTODELSOL _MAN TA CATAL INA SAN CARLOS RD J y 8,(3 0344135iPUE _O DEL SOL SANwCARLOSRD . . !SEND -_— I 9,683 0344140 ILOS FELICES RDYORBA RD �N END _-_ • - -- 0344145 +LOS FELICES RD YORBA RD iALVARADARADO RD 24,5961 • 0_344155 jDE ANZA RDN" "~0344T�5�6­ bt-A��RDYORPICO RD BA RD - -SEPUL EDA RD µ . . _."_._. . ----- 3,776 0344160 1DE ANZA RD SEPULVEDA RD DOMINGUEZ RD 5r054 • 10344165 IDE.ANZA RD DO_MINGUEZ RD CORTEZ RD -Y� 10,4481 0344170 ICORTEZ RD w ANZA RD~m....,.. M jZANJERO RD L 16,400 • 0344175 IZANJERO_ RD CORTEZ RD ____ RACQUET CLUB RD 1C4501 • 0344176 ZANJERO RD VIA ESCUELA ,N END 8 10344180 VIA ESCUELA INDIAN CANYON DR(PALM CANYON DRIVE 25,9371 • 0344185 VIA ESCUELA (PALM CANYON DRIVAST_A GRANDE AV _ 43,4941 44• 03190 VISTA GRAND_ E AV VIA ESCUELA ;VIA M_ONTE VISTA 25,248+ • 0344195 GIRASOL AV IVIA MONTE VISTA (VIA OLIVERA 13,144; 0344200 GIRASOL AV IVIA OLIVERA ,VIA ESCUELA 23,5201 0344205 CARDILLO AV VIA ESSELA IVIA OLIVERA 20164i 0344210 CARDILLO_AV !VIA OLIVERA )RACQUET CLUB RD 1 _ 18,901 • L3�� .,......".,... _ _ -_ 'RACQUET CLUB RD SAN MARCO WY 43,0751 �0344215_ CARDILLO AV_ _ • ;0344220 (JUNIPERO AV SAN MARCO WY _RACQUET CLUB RD i 52,110 +0344225 JUNIPERO AV )RACQUET CLUB RD ;VIA OLIVERA 23,044+ 0344230 JUNIPERO AV VIA OLIVERA IVIA ESCUELA ; 18,528, • 0344235J "MI _.. .......... .. . -- - -- - IRA VISTA _ IVIA ESCUELA _�MARISCAL RD 9,6031 • 0344240 MARISCAL RD MIRA VISTA -IVIA NORTE _ w____ �__m ;.,15,5 • '0344245 'MARISCALRD !VIA NORTE 'W END Y 23,0881 0344250- ROCHELLE RD INDIAN CANYON DRI W END • ;0344255 IVIA OLIVERA INDIAN CANYON_DRI421'W INDIAN CA 15,156J 12/16/2008 1 of 2 • • CITY PROJECT 08-27 • 2008/2009 ANNUAL SLURRY SEAL • SECTION 3-4-4 STREET LISTING • Sec ID' Name From': To, 0344265 yIA OLIVERA !PALM CANE OIN DEL �" M CANYON DRIVE - q7,3 103r 44270 IA OLIVERA VIA MONT ST_A V VIS A DNR Area • 21'W INDIAN CA PAL A VE 23,084 E VISTA 13 - -. .. --- 0344270 _ • �ds44�n VIA`0344280 JANISI DR TNO iRAGQUET_CLUB RD fSANBORNN WY • 10344285 +SANBORN WY JANIS DR ,W END _ 7,73 00344290 MILD DR ISANBORN WY RACQUET CLUB RD _ _ 33,462 �0344295 VISTA DR _ RAGQU_ET CLUB RD S END _ 21,462i • 03 0 LEONARD RD 1RACQUE7 CLUB RD `VIA QLIVERA • 0344300 PALERMO DR RACQUET CLUB RD 'VIA OLIVERA --� 14,674' 0344305 PALERMO DR �IVIA OLIVERA --._, 71370 I � _ _ -- --0344315 ,LEONARDRD VIAQLIVERA y_SENDIVERA _... .i 17,6851 0344320 TUSCAN RD RACQUE CLUB RD VIA OL iS E --� 8__I • 0344325 TUSCAN RD .VIA OLIVERA S E OLIVERA _ + - 16,985j I 0344330 VIA MONTE VISTA RAGQUE7 CLUB RD VIA --,. _." 0344335 VIA"MONTE VISTA VIA O_LIVERA ND _ _ _ 6,120 • 0344340 'GIRASOL AV W �RACQUET CLUB RD '528'N RACQUET C _ 17,424f • 0344350^ X^ _ . --------, --_.. . 0344345 GIRASOL AV 1528'N RACQUET C VISTA GRANDE AV _ 29,348' � VISTA GRANDE AV GIRASOL AV ICABRILLO RD I __ .20,016+ i • 10344355 CABRILLO RD -- VISTA GRANDE AV �GIRASOL AV — 6,7681 00344360 rjCABRILLORD iGIRAS_OLAV T !CARDILLOAV — —�_ 5.9521 • 0344365 CABRILLO RD CARD ILLO AV --,J NIPERO AV • — — -- 0344370 CABRILLO_RD JUNIPERO AV_ _ PALM CANYON DRIVE_ N • i0344 775 SAN MA_RCO WY PALM CANYON DRIV._W END _ 13,158! 0344380 (ALLEY JUNIPERO AV ;SAN MARCO WY — ICABRILLO RD —� 11,241 W END i0 5 LEYJUNI A CABRILLO _ 'RACQUET CLUB • 0344390 GIRASOL CT „(GIRASOL AV — —{ 33s 4 0344395, VIA NORTE _ ,�VIAESCUEL_A"+ MA ISCAL.R T"lT .. „w...,. ". •..,....__._00 VIA NORTE ;MS.T- � _ ----- • �0344400 VIA NORTE w MARISCAL RD TA CHINO 26,082- • ;0344405 SANTA ELENA RD E mm ,W END j y" 20, _8 0344410 SANTA ELENA RD mm�VIA NORTE MIRA LOMA 10,962' • 01 344415_ MIRA LOMA _ SANTA ELENA RD (CHINO CANYON RD ­_ ' 10,33� . 10344420 ;CHINO CANYON RD IMIRA LAMA VIA NORTE _ - a 8,667, • 0344425 CHINO CANYON RD ;VIA NORTEPANORAMA RD -- 39,360 0344430 CHINO CANYON RD (PANORAMA RD IW END • '�0344435 VISTA DRµ _ CHINO CANYO D VISTA DR � _ I 6,4801 • _ 0344440 PANORAMA RD CHINO CANYON RD CHINO CANYON RD m � 40,460 0344445 1 LEONARD RD CHINO CANYON RD (PANORAMA RD 7,050 • 10344460 CIELO DR M PANORAMA RD [WEND _ — _ 17.4601 t—... 4 14,553• L0344455 RACQUET CLUB RD PALM CANYON DRIV�JUNIPERO AV 41 10344460 RACQUET CLUB RD m 1JUNIPERO AV LEONARD RD 46,9801 • 10344465 RACQUET CLUB RD ILEONARD RD �W END 40,2001 • 10344470-1RACQUET CLUB RD PALM CANYON DR[V INDIAN CANYON DRIVE 105,1031 4034447 D AN CANYON DRIVE iVISTA CHINO iRACQUET CLUB RD 168,228 -_.-_ 44• 103480 l IIAN CANYON DRIVE RACQUET CLUB RD�ISIMMS RD W_ 137,952, . 0344485 j INDIAN CANYON DRIVE 1SIMMS RD ;SAN RAFAEL RD —µ m --_ 38,0791 • 0 44490 jVIA ESCUELA VISTA GRANDE AV WEND - I 24,675 1 1 SECTION TOTAL(TYPE IIU 2,280,510; • _ "� _ 18 _ NICONTRACT. SEE CP,07-'•" • 12/16/2008 2 of 2 • • ! • ! • ! • ! � ! • Batt MkRW W Oil CA RD .4 w! v LMTiGr or i �I IW UB LLO RD • . UR Sol 1 + ' + RACQUET CLUB � �� � � I �r � •w c ► %J W VI-4 VIA • ► RM WY ! W5 i- + ,� ! • '�' ! CANYO RD x i fS7 X-P CHINO i i i ! 0 • • CITY PROJECT 08-27 • 2008/2009 ANNUAL SLURRY SEAL. • SECTION 24-4-4 STREET LISTING Sec ID IName From' TO.,' Area ft • 12444005 1FARRELL DR !RAMON RE) jPALM CANYON DRj 322,2001 .,------ _„ SECTION TOTAL REASI 322,2001 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 12/16/2008 1 of 1 • • • • • • N THERESA OR E • co CY XMTE, C� Lw or r Ln t �IA AV w CIA T CC fie F oqw Ulf> OAK c -S Rn WXK LEM , ORE .6 Arm OR Ekt RINEE wy sm coo I YL W( WY, I ArOOA AVFR %ev wv 0 'kQsvm 'p- - tam" WY jkYERY OR _dR CANYON t • • i CITY PROJECT 08-27 • 2008/2009 ANNUAL SLURRY SEAL • AIRPORT ROADS & PARKING LOTS • • Mame_ = ' ; Bid,lteiri True-Area--',' - • North Loop Road C 139,392 • Parking Lot A - Short Term C 65,340 • Parking Lot B - Short Term C 99,317 • Parking Lot C - Long Term C 109,771 • Parking Lot E - Short Term C 5,445 Rental Car Lot A D 81,893 • Rental Car Lot B D 53,965 • SUBTOTAL 555,123 • • South Loop Road E 145,577 • Parking Lot D - Long Term E 99,752 • Taxi / Bus Parking E 74,488 i Employee Parking E 58,806 Emp. Pking Access Road F 23,871 Delivery Access Road F 13,765 • Kirk Douglas Way F 250,034 SUBTOTAL 520,716 • • • • • • • • • • • • • • • • • MA� n • • • • i NO. REVISIONS APPROVED DATE i • • • REGULATORY, WARNING OR GUIDE SIGN .060 GAUGE ALUM. SIGN . N771.1 HI—INTENSITY LETTERS AND BACKGROUND COVERED • WITH 3M 11SO GRAFFITI • PROOF OVERLAY • • SIGNS $HALL BE ATTACHED TO Z. POST UTIL12ING TWO UNISTRUI • DRIVE RIVETS NO, iL 38GS. z �� u � gp° • LL 2' X 2" X D 12 GAUGE TEI_@SPAR o w i POST OF SUFFICIENT LENGTH TO a EXTEND FROM TOP OF SIGN TO • 7' INTO SLEEVE AND PROVIDE 7' OF CLEARANCE. gs i m W � O . 2 4" --^ c�i cn i IF 5/W > 5' LL LL p o cwi V 6 • LL m • 7x' PLAN VMW i F s/W < 5, OR $/W = 5' i EXIST. F.S FACE OF CURB 2. . o $EE DETAIL e � � BELO� FRONT ELEVATION • �' FACE OF SIGN 2- 1/4" x 2-1/4" X 30" 2 1/4" • TELESPAR SLEEVE PER POLE 3F ABOVE THE EXISTING • SURFACE, � • EXISTING SURFACE ' X, Z `'n, gG° 83, o a � • POST INSTALLATION DETAIL SIDE ELEVATION • i CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 2893I i CITY ENGIN R.C.E. SIGN INSTALLATION DRAWN BY G,F,F, F1Lfi N0. STANDARDS i CHECKEC BY- M,LF- DWG, NO, 624 • • • • NO. REVISIONS APPROVED DATE • • STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE w • NEAREST THE B.C.R • i uliil . • 6' CURS RAMP SEE DWG. 212 . - BCR • FACE OF CURB • STREET • CENTERLINE • • 4' • 12" • 8' i — 7rrNON — RAMPED • • FACE OF CURB • i • STREET • CENTERLINE NOTE: • ALL STENCILS TO BE CALTRANS: — THROUGH ARROWS TYPE I — LEFT/RIGHT ARROWS TYPE IV • — DROP ARROWS TYPE VI • CITY• GP PALM SPRINGS APPROVED: DATE: gypr PUBLIC WORKS Sc ENGINEERING DEPARTMENT 2BO31 CITY ENGINE R R.C.E. • STOP DAR AND LEGEND DETAIL DRAWN BY. G.F.F. FILE NO. STANDARDS . CHECKED BY: M.L•F, DWG, N0. 625 • • CENTERLINES LANELINES (CONT) NO PASSING ZONES-TWO DIRECTION (2 LANE HICHNAYS) IMOLTILANE HICHNAYSI DETAIL 1 DETAIL 12 KU-0 DETAIL 21 — Y-C° IY-0 9,-V 17'-0 T'-e' rt _ ,_Cu 1A..e" H :.uem.Ivu cxcmcrn a IO E. ^. ® ® ° 0 —�F Xum 1,zoos H _ DETAIL 2 +3'•e DETAIL 13 x•. ' ^tle + v'-s_r•a.- 11'•O T••o,v'•c' _� �e••o , _ _ mvymmminvm wrn<wn.myA..wmi=m q O 00 O 11 DETAIL 0 ®� --ram BEIFAilf-3 v.mn 3 dnle+ed DETAIL 14 e_o ern'- „�. •.yam —,t 0 m 0000 m 0000 CH 0000 In DETAIL 23 12+'-0" n••n w a uP•-e 0 ®® ® ® ®®®� DETAIL 4 + '• DETAIL 14A + '• + '- - 6 0,®0060600060 O 0-7 l •I• 16-•y—IA=y"--=o g=Q1 TYPICAL LANE LINE DELINEATION 0® ® ® ® 000 a m © m E� m o m pp rt +,-011 _-L +_O„ NO PASSING ZONES—ONE DIRECTION LEGEND IN ADVANCE OF EXIT RAMP Er DETAIL 5 MARKERS aETIgA 1e (n ,r•a •* is'-a" _I 1z.e DETAIL 15 O TYPE A wnk. Non-r.n...N. 1 v, p_6„ 11.•c T._O, TYPE AT Yol le.Nvn-r ntl.F+le. rt ® Um Pr _ ® TrlL L Nee•ale ReTror.fl.cilY. d DETAIL 6 +e'. { ar IM TYPE u Two-voy Yellow Hetroreneetivo „le.,a 1`~ a ,x••e , •- DETAIL 16 •e (I TYPE o one-way Clear Ro+rorermetrv„ 'e mllP mllo 3ov'-o" � 0 ( ® 1.-Y 0-6" '-0" el+x' SOH TYPE H One-way Yellow'eeteororl,tive oETAIL 12 v ® ® 0 ® ®� nn'-O 13 - L5 r DETAIL 7 - ° 2+.-c °_ 2+•_c• q +'Nnlro ND�F: - +n- ^ D-+ell 14 1.TO be .ad In oomemotlen a 0 ®®® ® ® OEYAIL 17 - n yellow nth mnl oHon vite f 114 (a TO be men x ` " �-- olr.crlon or Trov.l D LANELINES ® ® ®a] ° ® ®® ®J- MARKER DETAILS P7 °®® ®® Og O fMulilLAnE Hicnwnrsl 00006°� � � a DETAIL B w 1� T' io_i�•-e a'-4', DETAIL 19 a; R"21 aY. � E� O ve' I si9_ I u�•a .I9 DETAIL 9 w 3•-s"T'-o 11'-o Y-o' e'-s' DETAIL 19 Re DETAIL IC zn'-V ° 2+-0• YP q TYPE A & TYPE AY TYPE C & TE D TYPE G & TYPE H �I(•�0_0•I 1[.'-C' -_ICI 0�O- STATE OF CALIFORNIA 0 000 0 0 0 U DETAIL 20 OEPAATMENT Or YRA45FORTATION —� e'-o' t0'•a tY-C 1e-o Pe+reraleaTlee Faoe I �� -I- J � PAVEMENT MARKERS DETAIL 11 ® 0 0 0 0 23 " AND TRAFFIC LINES � ,._a. TYPICAL DETAILS o E� w NO SCALE A2DA Rrmni m Table nr C'maenre LEGEND LINES 131 '• .W.A TIIT.l'" LEFT EDGELINES MEDIAN ISLANDS w0er•Rs q 4 RMTe (olvmEo Hlcxwnrsl ® TYPE AY Yell°v DETAIL 24 t.l DETAIL 28 r Y.u°r s.rn �x°ix�rn 1 h' 2 TYPE 0 T.v-.oy 01reNlan or Trova rt T N Yell°v Moy 1.2006 ^--Ip�— Etl0° or Trav°1°tl °y 1 Ferroreflelan ® 11 iYPS H one-roy .w'^ e"v: DETAIL 25 1 Yellov �'�w - ••.�� . '•rd.unr`� "eTroreneerly° INTERSECTION J mR m nmm r aMmwM a+ .--r! c°5e Of rrd�.iea.oy �` �bc TREATMENTS DETAIL 34 m �2._p_ fn•-o __ tz'-o 'e'-a" �i'-ft'_I z4.-o _I z,-n N DETAIL 25ANI DETAIL 29 zn•-o F ® ® �•�-�1 �'•` W ® ® w �. aH'-o zn•-v ze_n� I ®rn•.n'_hz�-n tn'_oLo®PT 71 v,•-n •� zn•-v —^,I 1 —f DETAIL 34A w 12'-a `cave or rroveietl ray -pl ®I.! DETAIL 26 •••'''yyy��� ,_ ``"ryl ® peeve o_r_rroveica ruyl �g _� rti tnn•-o I]'�;prl i<'-n f z•_o•� Q e 0'G r E9 I® ®_-„( DETAIL 35 n c --r�•_I tl - 1 m e•-6' DETAIL 27 ^ DETAIL 30 ,,,p. ,4.-p. �T ' 'I r"I . _Tyr V1 t - 9 9 M 5' W IQ ® W ® —i ® fave oAn rO .a ray ®�� y W®W®®®®®®®®®®� DETAIL 35A T._°.�1 I' �i•-p 0 _ ,fl. i r ® ® a a RIGHT EDGELINES ®®®mmm�WWW®m®� �I�ti foo•-G" n•-p O . � c TWO-WAY LEFT TURN LANES MARKER DETAILS v Q;:p;[t D ll 27A dele4.a DETAIL 31 r DETAIL 27E e 3T/. n T6'-G" Ilz-p'I_ z6-0 *1 X vY a EEp.ei Iedw.l.d wy RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 INTERSECTIONS ® - ® -0 - ® - W °• 011 DETAIL 27C W -T. TYPE AY TYPE D TYPE H 3E'-v' 1 1 ' —�,I 'fy, fl°4nr.rbcTHn Foc 1 ®7�T o DETAIL 33 6E'-v" $TATE OF CALIFORNIA Y - -O�� 0'-G '•R n'- " ..yy DEPARTMENT OF TRAN•".PORTATION PAVEMENT MARKERS AND .•-RJ I_ iss-y_lu•-y la'-o I_ te•-p - In...tn•.o TRAFFIC LINES TYl'ICAI. DETAILS 0000 ® 0000 mmm® 0177 NO SCALE A20B 2etirm to Table oJ'C'aucrur EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 EepA er +reaolod•py ImDl nllnD) L�' xMpy 1,2( - 11,Npti v Q v- Q C • 0 0 0T rmMo- ..gym d 6"XNmp fletpll 2l9 A"WNI+n I Pn� u'I'novu pAn Lln. St Pltln A200 7 -T � QWnmfdmw.m sawn mwn...nraw' —� Or sop o.laq 25A Std Porn ARGE1 LANE DROP AT EXIT RAMPS n DETAIL 37 Repepr m yA sov oe.Dn A6 So-o muu In+.rv=I. n•- o'•o' s'-o' r••Y 300'-0' EtlO.at TEwaa vpy llama) qu YolOr IT,, ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT DETAIL 36A n wnlrD Ilea 6„_J'I_, "6`tl `W +M1ITo Ilnp Eaae a9 +re.el.a woy fmpinllnel - �_° - f�-= 'sfe Plop i,cq N snn Dota114 278 DETAIL 37A De "Oren O6 O STtl Plan Aloe Bepam pT '/y tulle Inimplp m x WM1I+e Ilne yh'0' 0'-0 Y i'•G• 6'-G'n A 0' y oe+pn n S pr Ia y n S+b Plan All �� o"WT. 111. Typ.A mprR.r. pP'd'F' 88 A 38 38'�'"A as 89 Im 88 88 A 8 8 A B 0 H A AB,I R e a �A v.11a• Ilm Q �� ,� nIII«IIp p'�4 ^tea Q ftl9e W tEpv[letl woy (inmp) 1 F--1 F�^i 'uxtl PIpn IA20f1 v tj�ZI n •Th. Ioutl charm-lly ing IIM*Vl May be pmltted n 'A Q rr .M1prt auxiliary Ipn.p vM1pxp vl0p enotn In CAilcpl. S:a Pich li20005A LANE DROP AT INTERSECTIONS ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 375 - '-o" Re'-e n••p E'-o" a DETAIL He q"WNIT. Iln. $ reg. =r rrc•.I•a.aY Immnllnel 0 A 0 t] A [] A (] A (] [] A C7 sp. Solari. 279 �_ � o Whke Ilnp sou ...PT ]9 J STtl PIpn PSOS Q 2YME] STtl PIpn A2SS TITIO ph TId lc� 0 v B Wnl to lino DETAIL 37C Aa•• ' 0 wnl+a Ilnn - ' o_oI ye'-e m•-n 5••F Le A,YeIIaM Ilne Nftl0e MQMARKER DETAILS 68 A BB 88 1 AA AB 80 00 A AB BB A AB BmAe� �••e I�,^• Q SB.'O Jan 2yA TY yt ql TM1ipupM1 TTp1T I[ Sitl PIOe A200 STATE OF CALIFORNIA LEGEND t BEPAOMCn1 01'TRANUFOFTATION MARKERS `�I„+" t PAVEMENT MARKERS o TYPE A WM1I+.NDn-WI.111. - AND TRAFFIC LINE ® TYPE c R.d-al.Kr TYPICAL DETAILS p TrPE c Oho-way Blear ReTMretlaptlwe TYPE A TYPE C TYPE G NO SCALE w Oh.a+mn Of TaY.I ® R-r1-r.rl.[+n.Feen A 200 Retterrl to "l'aGle u(C'ageuq CHANNELIZING LINE LEGEND MARKCRS DETAIL 38 L onto Lim, 0 TTPe A White Nvv-rerlevrm[ 0 ® TYPE AY ,[Ile. Nan-R,{],atl— 4,R uMar1tootz^•-. I z�;O' I 0 TYPOc en„-.py hoer Rorr.rori.crw.ThrvJgh Trefrle— ^"Yellow Lino DETAIL 39A Se Whi}a Line �— Olr.erl.n of Trc..ol ro�mr�cmaa xmmwbnwr..em�m MARKER DETAILS R.o r...fl ° 1e. F.v...nf Ra}raroflla[}Iye Gee.mon- m rk.r A+wither o°e koi raenoa nemr.am _._,h,i En. Nett' and of re r O-$.',5.a Nat. 3 �"L DETAIL 369 u white Line ;9 n . t'—✓,r a. *, � SECTION A-A� SECTION 9-9 Oze•-o' TA'-p�� 'VI eF,� OS o Ro(r°nrl.c-TI- povemonR oeatlror.ri[enve aovumnnr m kn°r�a^}°n'ii�n�n t �� m her of tlovneireom DETAIL 3SC —entl o � — n—aP TYPE A & TYPE AY TYPE G ll ��l°tl111 Q 3 8 8 8 8 8 v 8 8 8 8 8 B q 9.T11efi.ct1v. Papa Flnlehpe Romy.y sure.[e PLAN a PLAN R Rmtlwoy SurfoCO Tw°IN �lffl° Oncla,;Traffic A FO To Y? n ve RECESS OETAIL FOR p BIKE LANE LINE RETROREFLECTIV PAVEMENT MARKER D DETAIL 39 �E White Lin. rnermaPl.eiia Al � C DETAIL FOR RECESSED ^RF"aqk ^Yn--^ak RECESSED MARKER NOTES: THERMOPLASTIC TRAFFIC STRIPE L +••"•++ vlp.I tr.rrl° nna r INTERSECTION LINE tl.i.Ir mr anal,Doi..nd e Notee A and S. �xC t be uooa with roc a BIKE LANE RECESSED See NOTES ® °.quern °typos r°ot::i,11A x OETAIL 39A z.n•-. Intnro.mlon A.Len x Ratr.r.na.vv. Fame X e. 7 *Yai[ml x°rric ... e°t°lie r°r g. ..., ,e Ten•ctl•o ��• pov°monT o kin0 MM}orne. p1 Til1.o. Yrt°rn note CI [� nrt no`ee.etl luanouaa loot h7 E.me rep ve the}harmeEholi a Ieetool a ` } to b. w•"e - G WM1ltf Line In re .etl °oilmen^ noel. 0 f nen•reeeeeetl,dY.h1°t one. bm.w`m a p.mman+ eri[[e. 0 ].The.a,top of,1.- 1, Dahere Inmal le° n h om anal I LANE LINE EXTENSIONS TYPE C & TYPE D TYPE G & TYPE H °..amen. THROUGH INTERSECTIONS SO. Non. , and ;. DETAIL 40 DETAIL 404, RETROREFLECTIVE PAVEMENT MARKER �'I7 —I �=0• FOR RECESSED INSTALLATION E7 o C� E7 C7 00900000 w Whit. Line ryp. A Mon-RefineTlvo STATE OF CALIFORmA CENTER LINE EXTENSIONS DEPARTMENT OF TRANSPORT^TIEN THROUGH INTERSECTIONS PAVEMENT MARKER$ DETAIL 41 DETAIL 41A AND TRAFFIC LINES � -,_n" TYPICAL DETAILS ® ® ® ° • W`0 0 0 0 0 NO SCALE A Y.II°w Llne `Typo AY Non-Ron°°rlao A 20p Xeurrn ul Trilile•nf('nrT7e1'rtc y NOY ,.zoosOW I r.-„�.,...w— ro o.m�n ai�.m zM�n na"..°evm�a ? I 1 o cRlo N O A=1e eq It TYPE I 10'-0" ARROW ` 3' N 1-D cA10 b i -- - A^=916 eq f—T"- O TYPE M ARROW 7 ° 1-n cRl° 1 r�-�' A-25 eD r. - 9 TYPE I 18'-0" ARROW a _ x f a Y-O cRlo I�,_° A=az ev fr N TYPE Tlf ARROW n A=NI aq IT RIGHT LANE DROP ARROW TYPE I 24'-0" ARROW 1'-0 GRID 1'-O^ (POP LEFT LANE. A=1i e0 fTrl IISE MIRROR IMAOEI TYPE IY (L) ARROW (FUSE TMIRROR(JRJAGRR)"' =l] oq fT 11 TYPE Y ARROW NOTE: MINOR VARIATIONS IN OIMF,NSION$ - OCPAASTATE OF CALIFORNIA iMENT OF TRANSPORTATION NAY BE ACCEPTED BY THE ENEINCCR. ° mao �I � r-M cmo � +-o PAVEMENT MARKINGS n.zT By rr A=T eq TT T ARROWS YPE YII (LI ARROW BIKE LANE ARROW (FOR TYPE ffi (RI ARROWS NO SCALE °'aC MIRROR IMAGE) A„4A R&IH•e in Table,y'Conreiife moon■■■■ .... C^ 11■ 0■ 1 L!■■■u■MEMEME ■■■Mono ::Cli�i�■■: � mi 11■��■■ ■■II ...■...... i�i 11■■F■ ■■II noon■■ II Yli MENEM ...■.�., noon IUS� ■■II - I :�::■C�o..... ■■'1 ::o : ...... .. .. .......... ■■noon■ ■■ ■■■■■■�� ■■m■■■w■■■ ��■1 .■■.::o.......1 ■■■nnnnm■I■ ■� ■II ■■M uoor:: �► ,� :::■■■■:■■ ■■■■ ■ ■■■ ■■■■■�■■■ I ■■■■■�JI .�'oo■■■r::oo ■.E■■■■ AG■■■■1� ■ C:::::lo'c%m■�om ■ Immummmki ■■■ ■■■mono■ ••■•,�•�Q� IAllllllll��� �� ��Ilmll CCCA11OIICC milli ...:■... ,�•. 11111111111�_-- ■ 111n1111 /1 /111111 ■.. ■ ••••- ■■��► ■ 1/1111111Gl�� ,!: Illfiiiii 11► 1B1in ..■:..Zn...■■.. �►■►� C i11111111111111� i111111111I11111 I�r� A111111111111 Uii■i■■ir_ 111/111111�■111 '' Illllllt■i11 1 OmM 01 IIA1A1111111 11 11111111111 - Or� AA 11111 III Ill IlAllll •- /1111111111 � 11111111111111 � 'll - �■■■��■ 11 !�11 ��11111111■� !t' 1111111111■■n■■■■ - �000 ��111!�JII 11 11111�1 L �nlll�� Al ■■■■■■■■ 1 n1�1111r� 1� ►�1111���r1 1 llnllirl��n ■■noon A111111111AA11 I����IIIIQAAI �IIA111111An1 r IIIII nnnnlI,,''nl mnun,n '' 1 n , 1 nDUMB iiiiiiii pp 1 ►,nM111 ►, e;;99 66 nmm�nnlln e ii1I111i11i1IIIIII�'II'llmE1111111W] IIII j 'IIQ��ILIE11111111111711i119111EIE f 111111111 1�IlllliiiiiiiilEE'1 III",IILI�j1j1!�1111 �I 1 11A 11II llinit I IIIIIIIIIIIIIImill ' IE IIIIIIIIIMINIMUM Ilil I j 1 III", IIIII,IIIIII .., 111111111111111111119 I]�11II1 11 Ilnllllllllllllll lilln�1�199911'lllll 0111111 �Allll nljllI611111111111 m AA111111111 6 111 1{�II,1iIlI11n1 Ill�illllllll II 1 IIIIIIIIAIII 1, 1 1111111111 11►11 1°1EEEEEEINnnlni'ilE{I{IiEI''IEIIIII' 9I I linilillill A AA111111110I1 EI 9 1C{IIIiliii111111 HIM llimulli I` 11Mimili9 nnnmmnlmmiilnEli9mnnl nnlnn1�m919iinu nnin1ml{I iI1I{iElliilllnnn nml call nnn11011 l llnnl n1n11n M99i 1 nllill 91I 991 EIE ilEE°EEnnl E '''' 11111NII' 1 11,1 III II11111111111 II AlI111999Alllnl'/11111111111`II� IIli69„11,11,1,,,M1 d11r�i11An,n1nil all .. iiiiiEliIIE1LAI n►,nnnn I' Inlllmnlmn"'1 111111111 nml 1 1 11JIIn►MM" l 1 EllliiiiiNO II1111111 1111 III1111111IMI11 lnlll„IIII 1III 1 II11111111 IIIIIIus IArlll',IIIIIIIIIIIIIIAII i 111'lllllllllllllll'111I11 119111111111I1111111 1111111111Mnlllll In111111111111111"j, LUIIILIAIIIIILIL111111111111 nllllllllllli"1A'llll IIIIIIIIIIIIIIIIIIIIi 11IIIIIIIIIIIIIIIII LAIIIIIMIIIIIH M1111I1IEIIIM 1 1 nnnllnunll,l''i11LLL 111111EInnUU nniiiEnnF401lll�91 1lniiiiElinI1E1 IEI"n11111111111i9991iiiiE 1 nn1AmA111i11111i61,1 mm�nnnnrnl�I1I m 11 mMnm 1 I mnnnm ►ill 11E1L11,n1 ni lul I111d111n11,1 Ills IIIII1E1n111E1111I11 IliilimEIEIEII11 iliil9EEEEnIn1 of IIIn11i�1iiiiiiEll i11111999999i1i9999:1 iiiiiii 9,99f 1li 919 iii111 i1911999 119,R'i1111i119i19 1pi irAlEEEi''IiIi MINIMUM iligiuiiillillE1911 i/E111nEEEEIIIIII1Iiii11 EIIEIEEEEln '9�111,1LEEII1I111 uE 11ILi1111111tl11111 IlAlllllll A IIIIIAIII'lllllllll,il I1IEIII1111I I1�1111IIAIAl1111111111 1IIIII1In � 1,I1 1 nnnnm11E10111i n 1 1 1,11 AA11111111M1111111I1 I.11111 � 111111 111, II II111 A IAIII,11161111111111111E ` 111IEIi1�I 1 A 111111111111111 II1111111111111II A "11►11111111 9ilil . . .. . EEEEEi99ii1111II1IIi'riiipp'I°""'°111E EQ11O1'EEEniiiiiilimifill 911i1EEEEEEEi1i' nY9'1"10111111111111 InnnnnnalnnnlliilllEi1I41111111 /1,111111 AnAllI Fall nnnn°O°°i911 nIN1iIi91I I Mall 11 111111111111p111I11111 11� III IAI.111 IAI1111'1 I' �I III IAIM1A111111111 11p1111 - i„ii111/11111111111EIlII1I�111111' Ii'IIIIIOIII'1;1i�iAlpill 1111111111EIi1El[am 1IIiIl►1I711111111111 ``,,N111111611111 111111111111111,11II KUMMlll/ntMhl LL'tllllnl"111 Ems= Ihr1111I1111AA1q LlLlnigllnlll� IIIIIAIAl11111111111 1�11N�IhY nunnM 'n' ' 1nECI1a Imnn I I IIlE11II1Elnn1 MINIMUM 1®111� n.®®1�► 11111� Illlllllllnlllll 111 1 Immn�nInEIIl ME1A I111 {i i6L i1mi1n1nEi�1n111 I1II1 iI1EI U11EINIL,1IN1 1n1n uIlIII1 9lI M , 1IN1n Hill 19111111111111111 11/ 111LLiIn ®m IA/11111111111 - II11111111�11IIn InLAII Illlll Illill l iI1111111111L111111 11nLLIlAA1N1 pp Illln' 11I 111111111111EI . - . - 11'A'1'llnllln 11111°;111IE]nn 1K12111111111`'1 1 IIMA111111 ®� AAnmol ►,Ilmnnnnmmlmul nanmArllrll rnlunl m11 1 111111115, EE E IpI, A IIII A AIAIAIAAIIIIIIIIIII 11 IIIIIIIIIIIIAAI 111111111111111111111 Illllllnl u�i1�i�I�iE91E1LIm ELIEEEEEnllnmlllna nLinmmlol nllmmm� n l II nmmll 11111111111 1 A�111111111111111111111 I 1 'A AA IIIIIIIIIIIIIEIIIIUYE A l 1AAI nnnnmEIEEEEL7 LLI�IIIIIIIII lull IEOEEEEEILIE LII EEEEEL'n 1 nmwl IELd111E nnnnmuumm nnunnulEnlI1EEEEE nnnuml�"' �I�u"EEEEE Illnm EEILEI6�IIILn61In1 1 A 1I mlmrr' E E n�EELL mn11n1 nn n111n1A A I 1117HIII �IIIIIIELLL1L111111111 IEi10S�EFlCI� IAA 11 AA Allllll 111111111 1 pp EIILEIIIILI 1 IIII U' 1111 IAIA A1111A11A' 11 A 1 1 11111111 11111111111111111111111 1 p 11 I II11 IA/,1111 EE ILIIIII .. IIIIIIIII,I IAAA11011111111111AA1 IA1111AAA1111A1I1111I1111111 1,111111111111111 Alq Illllllnl 11111111111111111111111111 �11►�IIIIIITIIIII 7E'11111 1LLAA1111111 111111111/ 1 1 71'A nnl/nII/II\I1 r AAlnl nNllllll/nd EEEEEEEEEELIIIIII EIILIIIIIIIIEIIE IIIIIIIIIIIIWilli EII EEEIiEELEEE ELllq 1 116'llllllllll EEO Ilnllllllllllllll 111111111n 111111r1111/1111111 111/111111 IIIIIIE� IIJIIIIIII'lll Ap1111111171 11 A 1 IAlllllllllllllllll 11111111111111111111 LL11111111111 �1+'EEI111AAI�EA1 IIIIIEEEEEILIL EE,EEEEEEEEEEEEEEEE EOEELLllnlnnnl' III n dill A1111111111A.1 IIIn11111111111111 IIIIInInI, 1111 11 111 11 IIIIIIIU1ijI uunpp pp t ry Illlllllllllnnnll ill Illllln EInilllllltllllll 11111111IEIIIEI n+l+,nmmnnnn mmnnnllolll/I IEp11019p011i,1� 1 nn'IIEEIIIIE LiHIM lrinirilm 11111111111111IEEE Illllllllnllllllllll 1 1p E LLOILInnnnnAll IIIIIMiiiiiiiiiE LLr°Ai°°m A7� III4�IIIn• p� lumnlnm r A11111AA/1111J11111 1111111111111111111 MUIR A.21111 Al1A E ■. ■ MEN lye � .11.9C.C►,IL........�111, . .� . : . : . : • . . . RInJI1�IJ1�..L'�11..►1\\a...\\\.I�.L� . . . . .- . . .. ... . • • • • PRODUCT DATA SHEET . CRAF100,'NC • AN ERGONU COMPANY • 420 N.Roosevelt Ave.•Chandler AZ 85226 PART NO.34521 .1ANUARY 2004 • 1-800-526-8242•(602)276-0406•FAX(480)961-0513 www.cmfco.com • READ BEFORE USING THIS PRODUCT . GENERAL Crafco PolyFlex Type 3 is a single component,hot-applied,perroleum bayed product which is used to fill cracks and joints in both asphalt and Portland cement concrete pavements in hat climates.PolyFlex Type 3 is supplied in solid farm which when melted and • properly applied forms a highly adhesive and flexible compound that resists clacking in die winter mid is icsistant to flow and pick-up at summer temperatures.Pulyflex Type 3 can be used in highway,street airfield and packing lot pavements.It should be applied to pavement cracks using either pressure feed molter applicators or pour pots. At application temperature, PolyFlcx Type 3 is a medium viscosity product which flaws and penettates cracks. PolyFlex Type 3 is formulated as an economical yet effective pavement maintenance crack • filler product. Compared to products based on reclaimed rubber, PolyFlcx Type 3 offers lower viscosity for easier application, improved • summer temperature pick-up resistance,quicker ser-up times and improved low temperature flexibility. • USAGEGUIDELINES PolyFlex Type3pavcmenttcmperaftnperfonnatimimtis HighTemperaturc Grade(°C) are 704 for crack filling.Usage recommendations ate shown in Crafty pavement temperature U eC s2 FI to me 2x • grade charts shown at the right Refer w Crafco Product Selection Procedures to delcmunc v • 71 sealant or filler use and pavement temperature grades. '2 .io � AIL • ��"■Suircd for Uxe � `� . �. Recommmd.d a 3a . E )J • 1'rtrormencoLmts '�' .JO ❑ Net Recommended s Al . Pavement Temp for Filler Usage • SPECIFICATION CONFORMANCE The Crafco recommended specification limits for PolyFlcx Type 3 when heated in • accordance with ASTM D5078 fo the sale healing temperature arc as follows: Test CRAFCO Recommended Specification • Conc Penetration(ASTM D5329) 20-40 Resilience (ASTM D5329) 30%min • Softening Point(ASTM 036) 2107(99'C)min. . Ductility,77F(25C)(ASTM D113) 30 era min. Flexibility(ASTM D3111 Modified) Pass at 30OF(40C) • Clow 140aF(60°C)(ASTM D5329) 3 min max Brookfield Viscoisry,4WF(204°C)(ASTM D2669) 100 Poise max. • Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM D4) 60%min • Tensile Adhesion(ASTM D5329) 400%min. Safe Heating Temperature 400OF(2040C) • Recommended Pour Temperature 38001"(1930C) _ • APPLICATION The unit weight of Cra fea PolyFlex Type 3 is 10.0 Ibs per gallon(1.20 kg/L)at 60°F(15.50C). Prior to use,the user • must read and follow Application Instructions for Hot Applied RoadSavcr, PolyFlcx, Parking Lot and Asphalt Rubber Products(January 2002)to verify proper product selection,heating methods,pavement preparation procedures,application geometry, usage precautions and • safety procedures. These instructions are provided with each eallet of product • PACKAGING Packaging consists of individual boxes of product which arc pallcumd into shipping units Hoxes contain a non-adherent film which permits easy removal of the product. Each pallet contains 72 boxes which are stacked in six layers of 12 boxes per layer. The weight of product in each • box does not exceed 40 lbs.(I6kg)and pallet weights do not exceed 2,880 lbs (1310kg). Pallets of product arc weighed and product is sold by the net weight of product Product boxes we manufactured from double wall kraft board producing a minimum bursting test certification of 350 psi(241 N/cm') • and using water resistant adhesives Boxes use tape closure and do not contain any staples. Boxes me labeled with the product name,pan number,lot number,specification conformance,application temperatures and safety Instructions. Palletized units arc protected from the weather using a three mil thick • plastic bag,a weather and moisture resistant cap sheet and a minimum of two layers of six month u.v protected stretch wrap. Pallets arc labeled with the . product part number,lot number and net weight. Application Instructions am provided with each pallet in a weather resistant enclasura WARRANTY CRAFCO, Inc warrants that CRAFCO products meet applicable ASTM, AASHTD, Federal or Smme 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 am the use and application of the . products,therefore.Crafco shall not be responsible for improperly applied or misused products Remedies against Crafco,Inc,a;agreed to by Crafco,are Ihmired to replacing nonconforming product or refund(full or partial)of purchase puce from Cr,dto,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 data of delivery by Crafco,Inc whichever is earlier. There shall be no other wananues expressed or implied For optimum performance,follow Crafco recommendations for product installation • C2002 Crafco,Inca,All Right Reserved • • • • • • Henru, TECHNICAL DATA SHEET HE184 - FLEXIBLE DOTSTICK y) IFSLS. • Last Rev Dale:06/09/2004 Physical Properties • • Appearance Flow @ 140'F Resiliency • Black solid 0 mm 50 @ 77° F • Application Temperature Maximum Heating Temperature Softening Point 350-3900 F 4006 F 2150 F • Brookfield Viscosity Maximum VOC Specific Gravity @ 77'F • 2800 cPs @ 375'F 0 calculated 1-12 Color Maximum VOS Weight Per Gallon • Black 0 calculated 9.2-9-4 Ibs • Ductility @ 77'F, 5cm/min Penetration 150g per 5 sec Weight Per Gallon Calculated • 45 cm 20 9-3 Ibs Flash Point Fpclaimed Rubber Content • 550°F • • Description • 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. • • HF184-FLEXIBLE DOTSTICK is a hot melt asphalt adhesive, which securely bonds pavement markers to asphalt concrete and portland cement concrete. • HE184-FLEXIBLE DOTSTICK comes in 35 pound boxes(3 blocks/box) Surface Preparation • . Pavement Surface should be dry and free from all loose material, dirt,and dust. • Application • HE184-FLEXIBLE DOTSTICK should be heated in a temperature-Controlled applicator with agitation. The application temperature is approximately 380Q F. Apply the marker immediately after dispensing HE184-FLEXIBLE D OTSTICK, and allow • to cool for one minute or more before exposure to traffic. • • De no allow material to exceed 4000 F. • • Asphaltic stains can be removed with non-hazardous, biodegradable cleaners. Use waterless hand cleaner on skin- • • • • • Henry Company-2911 Slawson Avenue Huntington Psrk,CA 90255 • Technical Services.Pnone(000)-48G4270 Fax (972)494.4055 cmair recnservlcesghenry.com The Henry Company Is the parent company of Baker Inc • um✓v nenry.com • • • • • CAUTION! Keep boxes out of direct sunlight and rain. (If covered area is not accessible, cover with tarp). ❑o not take internally. Use protective measures to avoid contact with eyes and skin. If swallowed, CALL PHYSICIAN IMMEDIATELY! In • case of eye contact, open eyelids wide and Flush immediately with plenty of water for at least 15 minutes. GET MEDICAL • ATTENTION! Dispose of container and unused contents in accordance with Local, State, and Federal regulations. For exterior use only. KEEP OUT OF REACH OF CHILDREN. KEEP FROM FREEZING. • WARNING: This product contains detectable amounts of chemicals known to the State of California to cause cancer, birth defects, or other reproductive harm. • EMPLOYERS should obtain a copy of the Material Safety Data Sheet(MSDS)from your supplier or directly from Henry at the . tall free number or website below. • Product SIzes • 24 lb 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 manuracturer,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 Slauson Avenue Huntington Park CA 90255 • Technical Services-Phone(800)-a6-1276 Fax (972)-494-&665 Email techssrvicos@hcnry.com The Henry Company is the parent company of Bakor Inc. • v .henry com l • • • • • PRODUCT DATA SHEET • INCHOT-APPLIEDFLEXIBLE AN ERGON C7 COMPANY • 420 N.Roosevelt Ave.•Chandler AZ 85226 MARKER ADHESIVE • 1-800-528-8242•(602)276.0406•FAX(480)961-0513 PART NO.34270 W Ww.cmfco_eont JANUARY 2008 . READ BEFORE USING THIS PRODUCT GENERAL Crafco Hot-Applied Fluxiblc Pavement Marker Adhhesive hs a hot-applied thermoplastic bituminous adhesive which,when • properly used and applied,bonds markets and mflcctom to both asphalt and concrete pavement surfaces. Hot-Applicd 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 allot melt composition,Hot-Applied Flexible Marker Adhesive sets up on cooling and is ready for traffic in less than five minutes. Hot-Applied Flexible Marker Adhcsivc is formulated with premium asphalt, polymers and addiliv ,y to produce a unique . material which holds markers in place and remains flexible at temperatures down to 20°F(-70C). Hot-Applied Flexible PavementMa rker Adhesive has been a top performing quality Crafco product for over 20 years. Several states have adopted udhesive speeitications based on • the im raved performance of Cmfco Plot-Applied Flexible Pavement Marker Adhesive. VOC=0 WI, • SPECIFICATION CONFORMANCE The recommended specification for Flexible Marker Adhesive when heated to the safe heating • temperature in accordance with ASTM D5167 is. Test Spceitication Limits • Brookfield Viscosity,400'F(204°C)(ASTM D4402) 5000 cp max. Softening Point(ASTM D36) 200E(93C)min . Penetration,77`F(25°C)(ASTM D5) 25 max. Ductility,770F(250C)(ASTM DI13) 15 cm min. • Ductility,392'F(4°C)(ASTM D113) 5 cm min. • Flexibility,V(25mm),90 deg,10=(Crafty Proccduic) Pass at 20°F(-7°C) Minimum Application Temperature 380°F(193°C) Maximum Heating Temperature 400°F(204nC) • INSTALLATION The unit weight of 1-ToL-Applicd Flexible Marker Adhesive is 10.9 IN. per gallon (1,29 kgfl at 60QF(15.5'C). • Hot-Applied Flexible Marker Adhesive must be melted in jacketed,double bailer type melting units with an effective agitation system. Prior to use,the user must road and understand the Installation inylructions for Hot-Applied Pavement Marker Adhesives to verify proper product selection, heating methods, pavement preparation procedures, application geometry, usage precautions and safety procedures. • Thcsc instructions are provided with each eallet of adhesive, • PACKAGING Hot-Applied Flexible Marker Adhesive is supplied in self-release twee compartment disposable boxes which contain • approximately 35 pounds(15 9 kg) of material. The boxes arc palledzed mm shipping units weighing approximately 1,680 pounds(762 kg). Material is sold by the not pallet weight • WARRANTY CRA.FCO,Inc.warrants that CRAFCO products meet applicable ASTM,AASFITO,Federal or State specifications at • time of shipment Techniques used for the preparation of the cracks and joins prior to sealing or tilling are beyond our cannot as are the use and application of the products; therefore, Crafco shall not be responsible for improperly applied or misused products. Remedies . against Crafco, Inc., as agreed to by Crafec, arc 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 whin three(3)months of the date of use or twelve(12)months • from the date of delivery by Crafco, Inc. whichever is earlier. There shall be no other warranties expressed or implied. For optimum • performance,follow Crafco recommendations for product installahnn • • • • • • • • • • • CtOtli CraTm Inc NI ILi�Jw RucrvcJ • 1 •l • • • • • APPLICATION INSTRUCTIONS • CRAMIMCHOT-APPLIEDEX- EMENT M1 ERGON is CoMpANy - - • 420 N.Roosevelt Ave.•Chandler AT 85226 1-800-528-8242•(602)276.0406•FAX(400)961-0513 JANUARY z004 • www.crafco.com • READ BEFORE USING THIS PRODUCT GENERAL: Crafeo Hot Applied Flexible Pavement Marker STORAGE: Pallets of boxed product are protected with a • Adhesive is a hot melt diermoplasiic material which when weather resistant covering. During storage, the protective wrap . properly used and applied bonds markers and reflecrers to both must be kept on the pallets to prevent boxes from getting wet. If asphalt and concrete pavement surfaces. Being a hot melt boxes are subjected to moisture,they may lose strength and crush • composition, Crafeo Markcr Adhesive sets up on cooling and is resulting in pallet leaning, If rips in the pallet covering occur ready for traffic in less than 5 minutes. For detailed product data during handling, they should be repaired to help maintain • and specifications, refer to the Crafco Product Data Sheet for packaging integrity. Pallets should be stored on a level surface Flexible Pavement Marker Adhesive, which is dry and has good drainage. Product material properties . are not affected by packaging deterioration. MELTING: Crafeo Marker Adhesive should be melted and • heated in either thermostatically controlled double boiler type SAFETY AND USAGE PRECAUTIONS: Since Hot-Applied units utilizing lieu transfer oil or thermostatically controlled Flexible Marker Adhesive must be heated to elevated • electric heating pats. Direct flame melting units must not be temperatures to prepare for tise, it is essential that operations be • used Contact Crafco for recommendations regarding other types conducted in manners which assure safety of the application of melers. Marker Adhesive should be heated to between 375`F personnel and others, All personnel associated with use of the • and 425'F(190°C—218°C)for application. For beat results,use mat6rial need to be aware of the hazards of using hor-applied a Crafeo meltcdapplicator to melt and apply product. materials and safety precautions. Before use, the crew should • read and understand product and safety information in on the box PAVFW,NrT TEMPERATURES: To achieve best and all sections of the product Material Safety Data Sheet. This performance,pavement surface temperature during application is Sheet which is supplied with each shipment, describes the recommended to be at least 50°F (I O'C). If markers are to be characteristics Of the product as well as any potential health • applied in cooler temperatures, the pavement surface may be hazards acid precautions for safe handling and use. User should • gently heated with an Open flame or otter approved method check D.O.T. requirements for trathsponation of adhesive at inmmediately prior to marker application, elevated temperatures above 212'F(I WC). • PAVFWNT CLEANING PROCEDURES: llme pavement on HAZARDS ASSOCIATED WITH HOT-APPLIED • which markers or reflectors are being applied should be clean, MATF.RTALS: Skin contact with hot-applied materials causes free from dust, oil, dirt of other contaminants and dry. Air bums, Over exposure to fumes may cause respiratory tract • blowing, wire brushing or sandblasting may be required to irriLmion,nausea,or headaches Appropriate prccautioris 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 MARIaRS: 1101-Applied Flexible Safety precautions should include: 1. Protective clothing to • Marker Adhesive should be applied to the pavement surface in a prevent skin contact with hot material. 2. Care when adding • puddle approximately two-thirds to three-fourth die diameter of blocks of product to metiers to reduce splashing. 1 Careful the marker. Markers should be applied to the adhesive operation and control of wands or pour pots which arc used to • immediately (within 10 seconds) to assure bonding. Markers apply product 4. Traffic and pedestrian control measures which should be pressed dawn 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 ofthe adhesive areas while product is still in a molten state. 5. Avoidance of • between the pavement and the marker, material fumes. 6. Proper application configurations with a minimum amount of excesses of material. 7 Appropriate clean • APPLICATION LIFE: Application life at application up of excessive applications or product spills. lemperatuos is approximately 12 to 15 hours in indirectly heated • type mellers. Application life may be extended by adding fresh ADDITIONAL INFORMATION: Additional information is blocks of adhesive as quantity in the kettle decreases. The available by contacting your distributor or Crafco, Inc. -1-his • adhesive should be agitated while being applied. The adhesive information includes 1) Product Data Sheets,2) Material Safety may be reheated to application temperature once, after the initial Data Sheets,3)Safety Manual. • heal up, Additional reheating of the material may result in _ • degradarion of properties. When the application life has been exceeded, the adhesive will begin to thicker, become "stringy" • and may then gel. If this should occur, the adhesive should immediately be removed from the kettle and discarded. • CLEAN OIIT: I£the equipment being used is a type that • requires clean out of pumps and plumbing, follow the manufacturer's clean out procedure instructions. If Solvent is • used for clean out, insure that the solvent does not contaminate • the adhesive because adhesive dilution and flash problems may occur. •