Loading...
HomeMy WebLinkAbout05700 - GRANITE CONSTRUCTION 2007-08 ANNUAL ARHM OVERLAY CP 07-17 CITY OFPATMSPRINGS S CONTRACT C14ANGE ORDER To: Granite Construction Co. Date: November t2, 2oo8 585 West Beach Street Project No.: 07-17 Watsonville,CA 95076 Project: 2oo7/2oo8 ARHM Overlay Change Order No.: Two(2) Contract Purchase No.: 09-0338: o Account Numbers: 133-4n98-50225 134-4498-50225 Agreement No.: 5700 CHANGES IN WORK/COST Increase/Decrease to Contract Quantities Schedule A Item No. 3 Cold Mill AC -421 @ $0.30/SF (S126.30) Item No. 4 1.5" ARAM Overlay -445 @ $1.14/SF ($507.30) Item No. 5 Adjust Water Valve -4 @ S500.00/EA ($2,000.00) Item No. 7 Detector Loops 1 @ $300.00/EA $300.00 Subtotal (decrease amount) ($2,333.60) Schedule B Item No. 3 Cold Mill AC -1332 @ $0.30/SF ($399.60) Item No. 4 1.5" ARHM Overlay -2000 @ $1.14/SF (S2,280.00) Item No. 6 Adjust Sewer Manhole -2 @ $700A0/EA (SI,400.00) Subtotal (decrease amount) ($4,079.60) Schedule C Item No. 3 Cold Mill AC 3632 @ $0.30/SF $1,089.60 Item No. 4 1.5" ARHM Overlay 1000 @ $1.14/SF $1,140.00 Item No. 5 Adjust Water Valve -7 @ $500.00/EA ($3,500.00) Item No. 6 Adjust Sewer Manhole 1 @ $700.00/EA $700,00 Subtotal (decrease amount) (S570.40) Schedule D Item No. 3 Cold Mill AC 1700 @ $0.30/SF $510,00 ltem No. 4 1.5" AM-IM Overlay -700 @ $1.14/SF ($798.00) Item No- 5 Adjust Water Valve I @ $500.00/EA $500.00 Item No. 7 Detector Loops -1 @ $300-00/EA ($300.00) Subtotal (decrease amount) ($88.00) Schedule E Item No. 3 Cold Mill AC -1100 @ $0.30/SF ($330.00) Ttem No. 4 15' ARHM Overlay -2500 @ $1.14/SF ($2,850.00) Item No. 5 Adjust Water Valve -1 @ S500.00/EA ($500.00) Subtotal (decrease amount) (S3,680.00) 1 Schedule F Item No. 3 Cold Mill AC -150 @ $0.30/SF ($45.00) Item No, 4 1.5" ARHM Overlay -800 @ $1.14/SF ($912.00) Item No. 5 Adjust Water Valve -4 @ $500.00/LA ($2,000.00) Item No. 6 Adjust Sewer Manhole -1 @ $700.00/EA ($700.00) Subtotal (decrease amount) ($3,657.00) Schedule G Item No. 3 Cold Mill AC 900 @ $0.30/SF $270.00 Item No. 4 1.5" ARHM Overlay 10000 @ $1.14/SF $11,400.00 New Item A Adjust Water Valve 3 @ $500.00/EA $1,500.00 Subtotal Increase amount $13,170.00 Change Order No. I A. 1.5" ARFIM Overlay 19169 @ $1.14/SF $21,852.66 S. Cold Mill AC -10936 @ $0.30/SF ($3,250.80) C. Detector Loops 6 @ $300.00/EA $1,800.00 D. Adjust Water Valve 12 @ $500.00/EA $6,000.00 E Adjust Sewer Manhole 1 @ $700.00/EA $700.00 Force Account Striping Lump Sum $173,25 Subtotal Increase amount $27,275.1I New Items H. Cold Mill AC 7900 @ $0.30/SF $2,370.00 I. 1.5" ARHM Overlay 18900 @ $1.14/SF $21,546.00 J. Adjust Water Valve I @ S500/EA $500.00 K. Adjust Sewer Manhole 2 @ $700.00/EA S1400.00 L. Mobilization Lump Sum $2,400.00 M_ Traffic Control Lump Sum $1,500.00 M Pavement Markinas Lump Sum $525.00 O. Reimbursement of Overpay Lump Sum ($3,782.00) Subtotal Increase amount S26,459.00 TOTAL NET C1E3.ANGE ORDER/INCREASE AMOUNT $52,495.51 REASONS FOR CHANGES: All increases and decreases to the original bid quantities and to change order No. 1,were due to the actual quantities required in the field being more or less than the original estimate. New items H thru N were added to the project in order to complete improvements on Riverside Place (Riverside Dr. to North end), and Parocela Pl. (Warm Sands to Grenfall), after it was determined that they could not be maintained as a part of the recent slurry seal project due to their poor condition. 2 r 4 New item O reimburses the City for items that were overpaid prior to the final determination of contract quantities. $10,367.10 of the increase amount to laid Schedule G,was provided by the developer ofDh*s Bar and Grill. These funds have been received by the City and will be utilized to compensate for additional paving performed along the Via Escuela frontage of this project. Note: costs incurred by the City to adjust water valves on this project are to be reimbursed by DWA per prior agreement Reimbursement is expected to be $46,000.00. Note. No additional mark ups will be added to any item on this Change Order. All costs are final. D. SOURCE OF FUNDS The following accounts utilized: 134-4498-50225 Local Measure A,ARAM Overlay ($42,128.41), and 001-4201-43200 Contractual Services ($10,367.10 - funds previously deposited to be withdrawri)- Summary of Costs Contract Time Original Contract Amount: .$998,86o.00 Original Completion Date: November 14, 2oo8 This Change Order: $52,495.51 Days Added for this C.C.O.: —o— Previous Change Order(s): $445,684,00 Previous Days Added: —o— Revised Contract Amount: $1,497,039.51 Revised Completion Date: November 14, 2oa8 1 have received a copy of this Change City App al: Order and the above AGREED PRICES q are acceptable to the contractor. Submitted by Date Senior Public Works Inspector B M-C>�r+'Q .Approved by 6 L» Coutractor Cily-En ineer l Date Approved by Date City-Mang¢ Attested Dated 6 I Z60� ity Clerk Distribution: Original Executed Copies Conformed-File Cony Contractor (1) Engineering File (1) City Cleric (1) Senior Public Works Inspector (1) Finance (1) 3 APPROVED BY CITY COIUV11C L '1.a� Lo1p0 DOC # 2008--0639695 12/05/2008 08:00A Fee:NC Pagc 1 of 1 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder IIIII IIII II�II�I II �II III III III 5 R U PAGE SIZE DA MISC LONG RFD COPY Recording Requested By And el M When Recorded Return To: M A L 465 426 PCDR NCOR SMF NCHG City of Palm Springs Attn: City Clerk: F�G� �+� Ci~ T C7Y UNI ID P.O. Box 2743, Palm Springs, CA _92263-2743 _ (SPACE ABOVE THIS LINE FOR RECORDING USE) (EXGMPT PROM RECORDING PEE PGA GOV.CODE§6I03) NOTICE IS NOTICE OF COMPLETION HEREBY given dear: $10 I. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City Of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California(P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 4" day of November, 2008. 5. The name of the contractor(if named)for such work of improvement was: Granite Construction,Incorporated,38000 Monroe Street, Indio, CA 92203. 6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows: 2007/2008 Annual ARHM Overlay. 7. Nature of Interest: Pee Owner 8. The property address or location of said property is: Various Streets within Sections 3, 10, 11, 13, 15,23 and 34, Township 4 and 3 South and Range 5 East, Palm Springs, CA. 9, City Project No. 07-17, Agreement Number: 5700 M / CITY OF PALM SPRINGS: REVIEWED BY: I 6 DATED: Senior Public Works Inspector Michael K. Lytar BY: 9� DATED: d� Director of Public Works/City Engineer / David I. Barakian TAMES 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; drat 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 make is verification on behalf of said municipal corporation. ~t �� City Clerk-lames Thompson Index No. 1508 1W ti CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To. Granite Construction Company Date: July 30, 2008 585 West Beach Street Project No: 07-17 Watsonville, CA 95075 Project: 2007/2008 ARHM Overlay Tel: (831) 724-1011 Fax: (831) 768-4037 Change Order No: 1 Purchase Order Pending Attn. Nate Huschka Account 134-4498-50225 133-4298-50225 Agreement No: A5700 CHANGES IN WORK: As requested by City Council, the following local streets are being added to the project- 1) Paseo El Mirador (Sunrise Way to Paseo de Anza) 2) Santa Rosa Drive (Monte Vista Dr. to Patencio Rd.) 3) Arenas Road (Palm Canyon Dr. to Indian Canyon Dr.) 4) Lugo Road (400 feet north of Baristo Rd. to Arenas Rd.) 5) Panga Way (Patencio Rd. to west end) 6) Patencio Road (Arenas Rd. to Baristo Rd.) 7) Santa Rosa Drive (Patencio Rd. to west end) 8) Tahquitz Canyon Way (Palm Canyon Dr. to Indian Canyon Dr.) 9) Mountain View Place (Via Monte Vista to Patencio Rd.) 10) Chino Drive (Patencio Rd. to Palm Canyon Dr.) 11) Cahuilla Road (Hermosa Place to Via Lola) 12) Canyon Place (Patencio Rd. to Mission Rd.) 13) Merito Place (Palm Canyon Dr. to Mission Rd.) 14) Zanjero Road (Cabrillo Rd. to Cortez Rd., 15) Zanjero Road (Via Escuela to north end) 16) Alvarado Road (Palm Canyon Dr. to De Anza Rd.) 17) Via Norte (Via Escuela to Mariscal Rd.) CHANGES IN COST. Increase in Bid Item Quantity at Bid Item Price: Bid Item CCO91 A: Construct 1Y2' ARHM Overlay—280,000 SF @ $1.14!SF = $319,200 Bid Item CCO#1 B: Cold Mill Existing A.C. Pavement—58,000 SF @ $0.30 / SF = $17,400 Bid Item CCO#1 C: Install Type E Detector Loops — 8 EA @ $300! EA = $2,400 Bid Item CCO#1 D: Adjust Water Valve to Grade—28 EA @ $500 ! EA = $14,000 Bid Item CCO#1 E: Adjust Sewer Manhole to Grade—20 EA @ $700! EA = $14,000 Bid Item CCO#1 F. Traffic Control — Lump Sum @ $38,250 Bid Item CCO#1 G: Mobilization — Lump Sum @ $29,934 Increases in Cost. Force Account Time and materials to furnish and install all traffic striping and markings. Estimated amount of Force Account Work = $10,500 SOURCE OF FUNDS: Funds are available in the following account(s): 133-4298-50225, 134-4498-50225 REASONS FOR CHANGE: Additional streets being added to this project. �SCNuIV"Jrp ?tI? Contract Change Order No. 1 City Project#07-17, 2007/2008 ARHM Overlay Page 2 of 2 SUMMARY OF COSTS: Original Contract Amount- $ 998,860.00 Original Completion To be determined This Change Order: $ 445,684.00 Days Added for this —20- Previous Change Order(s): $ 0.00 Previous Days Added: —0— Revised Contract Amount: $1,444,544.00 Revised Completion To be determined I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Contractor Approval: 6 �� ignature tate _l�1RJd1L CHAFF � Rr7.Er7 rYr�,t. Printed Name and Title City Approval: O Submitted By: enior Public Works Inspector Date , ��.. Approved By: 3/l �_-__ F///4 Director of Pu cc Works/City Engineer I Date Approved By: ///City Manager Da et Attest By: �� ..�,� •�� }�� �ja /1sB Citv Clerk Date Distribution. vvv Original Conformed Cooy. Conformed - File Copy: — - Contractor (1) Engi ering Pay File (1) CitvClerk (1) �si �ntEngineer (1) __ __ f(bV � �hacurement (1) Finance (1) n/�� APPROVED By CITY COUNCIL AGREEMENT THIS AGREEMENT made this ! day of AO&O.57 , 2008 , 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 CRANTTF CONSTRUCTION COMPANY 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: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 The Work is generally described as follows: Cold milling and grinding of existing asphalt concrete pavement; 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 asphalt rubber hot mix (ARHM) overlay; installation of new Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets. 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$5,625 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. 2007/2008 ANNUAL ARHM OVERLAY AGREEMENT FORM CITY PROJECT NO.07-17 AGREEMENT AND BONDS-PAGE 1 5/22/08 ARTICLE 3 -- CONTRACT PRICE ($998.860•)$id Schedules A — G The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s)- ARTICLE 4-- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 1 to 1 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 2007/2008 ANNUAL ARHM OVERLAY AGREEMENT FORM - CITY PROJECT NO,07-11 AGREEMENT AND BONDS-PAGE 2 5/22108 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 �5?OD City Clerk Agreement No. APPROV D O FORM: APPROVED BY CITYCOpYCIL By � �� � "1.1�•08 1a51n� City Attorney Date 3 ;-e-G'�5 CONTENTS APPROVED: By ���_ City Engineer Date �1141 � By City Man. Date R 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 AGREEMENT FORM 5/22/08 AGREEMENT AND BONGS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer, GRANITE CONSTRUCTION COMPANY CONTRACTOR: Name: Check one:_Individual_PartnershipR Corporation Address: 585 W. Beach Street Watsonville, CA 95076 ti ByO By: Signature (notarized) nature tarized) Name: Mark E. Boitano Name: David R. Crazian Title: Executive Vice President Title: Assistant Secretary (This Agreement must be signed in the above This Agreement must be signed in the above Space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of California ❑ State of California L Countyof Santa Cruz ❑ss Ccuntyof Santa Cruz Css On July 21, 2008 On July 21, 2008 before me, Vanda Funk, Notary Public before me, Vanda Funk, Notary Public personally appeared Mark E. Boitano personallyappeared David R. Crazian who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument- [ certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: 716 Notary Seal: V7 VANDA FUNK �.�..._ Commission # 1790252 VANDA FUNK t a - Notary PubIIC -California _ ' Commission # 77902 Santa Cruz Count ° Notary public - 52 '• y C011fornlo MyCwnm.Fxplres Feb 1,2012 Santa Cruz County My Comm,EKpIles Feb 1,2012 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 AGREEMENT FORM 5/22/08 AGREEMENT AND BONDS-PAGE 4 t 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: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security, This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents_ Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date 'I (I (P 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. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO,07-17 BID AGREEMENT 5122/08 BID FORMS-PAGE 2 I To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Farms, 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: July I, zoos Bidder: GRANITE CONSTRUCTION COMPANY By Lg'- (Signature) Title: Jieish_a Desai., Vice President 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 BID AGREEMENT 5/22/08 BID FORMS-PAGE 3 • BID SCHEDULE A Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Tachevah Drive, El Alameda, Tamarisk Road, and Amado Road Between Palm Canyon Drive and Indian Canyon Drive • Item Description Estimated Unit Unit Amount No. quantity Price 1. Initial Mobilization LS $ 6.500.00 J 2. Traffic Control --- LS $ o V 3. Cold Mill Existing A.C. Pavement 15,000 SF $ C7, 4. Construct I%"ARHM Overlay 50,000 SF $ L • 5. Adjust Water Valve to Grade 9 FA $ Son-9 $ 6. Adjust Sewer Manhole to Grade 2 EA 1 $ 7aa• $ l.Yod. 7. Install Type E Detector Loop 18 EA - 8. Traffic Striping and Markings -- LS TOTAL OF ALL ITEMS OF BID SCHEDULE A: / (Price in figures) (Price in words) lt2e GRANITE CONSTRUCTION COMPANY Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5/22/OS BID FORMS-PAGE 4 • • BID SCHEDULE B Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Belardo Road Arenas Road to Ramon Road Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization LS $ g,000.00 f/ 2. Traffic Control --- LS $ 3, Cold Mill Existing A.C. Pavement 25,500 SF $ �J, }= $ 7 S4 i 4. Construct 1'/"ARHM Overlay 80,500 SF Qo J 5. Adjust Water Valve to Grade 4 EA $ Sao. 6. Adjust Sewer Manhole to Grade 6 EA J � $� 7. Traffic Striping and Markings --- LS $ 07 5oa , J TOTAL OF ALL ITEMS OF BID SCHEDULE B: f J gab — . O p (Price in figures) n �7 �7M PU �y Lc c7 D tZ ecY (P ' n words) GRANITE CONSTRUCTION COMPANY ryl �lDg Name of Bidder or Firm LCIJ�//^t 1 x 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5/2=8 BID FORMS-PAGE 5 • BID SCHEDULE C Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 San Lorenzo Road (Random Road to Sunrise Way) Camino Real (Mesquite Avenue to S. Riverside Drive) • Item Description Estimated Unit Unit Amount No. Quantity Price t 1. Initial Mobilization --- LS $ 13.500.00 2. Traffic Control --- LS 3. Cold Mill Existing A.C. Pavement 16,000 SF $ Q $ y �� �° ✓ i 4. Construct 1Y2" ARHM Overlay 128,000 SF $ — $ 5. Adjust Water Valve to Grade 10 EA $ Soo r $ Dao ae 6. Adjust Sewer Manhole to Grade 11 EA 1 $ 7ZIP. $�7, 70C. ]] 7. Remove and Replace Speed Hump 2 EA $ p00. $ 8. Traffic Striping and Markings --- LS �opo J TOTAL OF ALL ITEMS OF BID SCHEDULE C: • $ 26, J (Price in figures) cl d a � (Price in words) GRANITE CONSTRUCTION COMPANY Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE 810 SCHEDULE 5/22108 BID FORMS-PAGE 6 • BID SCHEDULE D Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Indian Canyon Drive (West Half) Tramview Road to San Rafael Drive . Item Description Estimated Unit Unit Amount No. Quantity Price / 1. Initial Mobilization LS $ 9 LOO-00 2. Traffic Control --- LS $ 3. Cold Mill Existing A.C. Pavement 32,000 SF $ oc90 $ oa J 4. Construct 1'/2"ARHM Overlay 78,500 SF $� $ F& / . 5. Adjust Water Valve to Grade 9 EA $ $ o d 3'oa, 5''saa / 6. Adjust Sewer Manhole to Grade 2 EA - _ ✓ $ OQ r $�� `/Gb f 7. Install Type E Detector Loop 10 EA $ boo.` $ 3, o00 8. Traffic Striping and Markings --- LS $ c o oq •� TOTAL OF ALL ITEMS OF BID SCHEDULE D: $ S / p� (Price in figures) / Price i ords) ` mil- �a 7'S p jk GRANITE CONSTRUCTION COMPANY �/IJ�`/ Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5122/08 . BID FORMS-PAGE 7 • BID SCHEDULE E Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Farrell Drive Ramon Road to TaInquitz Canyon Way . Item Description Estimated Unit Unit Amount No, Quantity Price 1. Initial Mobilization LS $ 16.000.00 2_ Traffic Control --- LS 3. Cold Mill Existing A.C. Pavement 32,500 SF p, s� $ i 4. Construct 1'Y2" ARHM Overlay 151,000 SF $ $ 7a 1V4 n—' . 5. Adjust Water Valve to Grade 15 EA $ Soo r $ 6_ Adjust Sewer Manhole to Grade 4 EA $ 7. Install Type E Detector Loop 9 EA $ °� $�? 700 8. Traffic Striping and Markings --- LS $ yopo. ✓ TOTAL OF ALL ITEMS OF BID SCHEDULE E: (Price in figures) r� 0 (Price,in words) t a C GRANITE CONSTRUCTION COMPANY Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07.17 UNIT PRICE BID SCHEDULE 5122/08 BID FORMS-PAGE 8 • • BID SCHEDULE G Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Via Escuela N. Palm Canyon Drive to Zanjero Road . Item Description Estimated Unit Unit Amount No. Quantity Price /r 1. Initial Mobilization LS 1 000.00 2. Traffic Control --- LS S� �e / 3. Cold Mill Existing A.C. Pavement 500 SF 4. Construct 1%'ARHM Overlay 7,000 SF 5. Adjust Sewer Manhole to Grade 1 EA J 6. Install "STOP" Legend and Stop Bar --- LS $ �50 TOTAL OF ALL ITEMS OF BID SCHEDULE F: ' (Price in figures) (Price in words) Q $ o • TOTAL AL TEMS OF BID SCHEDULES A THROUGH G (BASIS OF AWARD): $ `1 (Price in figures) ice ' o444- s) QUANT TIES OF WORK: The quantities of work or material stated in e 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. GRANITE CONSTRUCTION COMPANY Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5122/08 BID FORMS-PAGE 10 • • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Cade, 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 25 . 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 Su�7bcontractor's Name&Address 1.�/ � )a (P ?SS-d 3. 7 �n '0Fiv'-7xCA71 eC 2. J Ca8f38 T R , S7x/ . C/ " tea /4 . 3. S 75l J7 j !� �..s / 9.t�8JEer' 4.-11/�24C�S-9pG 7c�'7,5- 3.3 ta'E5 Uaruis E.Q� q. 5. • 6. 7. 8 • 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 5/22108 LIST OF SUBCONTRACTORS • BID FORMS-PAGE 11 • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Cade, 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 25 . 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 Su�7bcontractor's Name&Address 1.�/ � )a (P ?SS-d 3. 7 �n '0Fiv'-7xCA71 eC 2. J Ca8f38 T R , S7x/ . C/ " tea /4 . 3. S 75l J7 j !� �..s / 9.t�8JEer' 4.-11/�24C�S-9pG 7c�'7,5- 3.3 ta'E5 Uaruis E.Q� q. 5. • 6. 7. 8 • 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 5/22108 LIST OF SUBCONTRACTORS • BID FORMS-PAGE 11 • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) County of Santa Cruz ) 1 Jigisha Desai being first duly sworn, deposes and says that he or she Is Vice President of GRANITE CONSTRUCTION COMPANY the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any . other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone- interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder GRANITE CONSTRUCTION COMPANY By �1 1 . Title Jigisha Desai, Vice President Organization GRANITE CONSTRUCTION COMPANY a California Corporation Address 585 W. Beach Street Watsonville, CA 95076 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 NON-COLLUSION AFFIDAVIT 5/22108 BID FORMS-PAGE 12 • ALL-PURPOSE ACKNOWLEDGMENT Stale of California County of Santa Cruz On July 1, 2008 before me, Catherine Hope Horvath, Notary Public • Date Name,Title of Officer personally appeared Ji isha Desai Vice President NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capecity(ies),and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official se \ I BY: A N ti POPE HOwm H l.'P�iE �,-Qjna re f - `:`,:.'_a: 163 i 70i ' Catherine Hope Horvath, Notary Pub is vast. _ F,I�I1,A H P,S""'E�D'r °XC iJ Zion ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment or this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED • TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT Signer(s)Other Than Named Above s s i 200712008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 5/22108 BID FORMS-PAGE 13 • BID BOND KNOW ALL MEN BY THESE PRESENTS, That GRANITE CONSTRUCTION COMPANY as Principal, and ' Federal Insurance Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "Gity" in the sum of: Ten Percent (10%) of Bid Amount 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: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 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 25th day of June 2008 . PRINCIPAL: GRANITE CONSTRUCTION COMPANY Check one:`individual,_partnership, XX corporation (Corporations require two signatures; one from each of the following groups_ A. Chairman of Beard, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). BY SURETY: BY,:Q�'d� _ j�6- m _ Federal Insurance Company / 1 signature V (NOTARIZED) Print Name and Title_ Ji isha Desai, Vice President B BY BY• s nature AQOT�A ure (N ARIZED) ZED) Print Name and Title: Print Name and Title: David R. Grazian Assistant Secretary Auanya Mukheriee, Attorney-in- t 2007/2008 ANNUAL ARHM OVERLAY BID BOND(BID SECURITY FORM) CITY PROJECT NO.07-17 BID FORMS-PAGE 14 5/22108 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT s'i,?'k:�r�?-sr. r - - - r- • - --r-r•- - - - ; ..:c�.corr,.�:netactndn� State of California 1 County of Santa Cruz ll} On June 25,2008 before me, Catherine Hope Horvath, Notary Public Dale Hate Imati Namo andTll o of Iho ONkCr personally appeared Jigisha Desai, Vice President Namca of Sgno s who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that • "" ., he/she/they executed the same in his/her/thelr authorized 'l''.rRtA1t HOPE HORVAIP capacity(ies), and that by his/her/their signatures) on the tl °"" r�3?noI instrument the person(s), or the entity upon behalf of ""0"'= P Irc;v{n which the person(s) acted, executed the instrument- ntl LKRk`�P3�9rnr � OA^,Pv' .-ODq 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my d and o rcial seal. Place Notary Seal Aonvo Signature l9n too Notary Puck /�//O�/j�j OPTIONAL CalheMc Hape Horvath Notary Pul91c Though tho information below is not required bylaw,it may prove valuable to persons mlyfng OR the document and could prevent fraudulent removal and reattachment of this form to another documont. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than.Named Above: Capaclty(fes) Claimed by Slgner(s) Signer's Name: Signer's Name: ❑ Individual ❑Individual ❑ Corporate Officor—Tllle(s): ❑Corporate Otticer—Title(s): ❑ Partner—❑Limited ❑General ❑Partner-0 Limited ❑General * Attorney in Fact ❑Attorney In Fact ❑ Trustee Top of thufrlb hum ❑Trustee Top of thumb hero ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: �w4YabX'V ®200]NaLonai Notary A55odaLon•!KLSD Do Bolo Atn,P.O,Bar 2902•ChalSworN,CA 91313-2A02.1nvvNa�w�WNoiarywq IIem M5Bf1] neeNer.GMToO•frca f-BDb•e>6.6tl:1 I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �„-Cl"+,,� � .. _ �,�_ —, — — — — ��..Lk'.i!(,c(`.c,A.'rGAS^'t�M^1• t'.�f.�C.�Gt,c'SS=,c'.`tN.a�^.cLwiC.ZiK State of California County of Santa Cruz On June 25,2008 before me, Catherine Hope Horvath, Notary Public Date Horn amen Nome and MUG of No Offear personally appeared David R- Grazian,Assistant Secretary Narna(a)of Slgnw(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized a ate. �n capacity(ies), and that by his/her/their signature(s) on the .,, �C WRI(IE HOPE HORL`ATHI instrument the person(s), or the entity upon behalf of Caritrn, tl4 UOI which the person(s)acted, executed the Instrument. y ��5�"ceJ ': niarata�'gue,9lc-<`:M�rrRI`!IA 14V_ sna rn d,ry,,counrr 1 certify under PENALTY OF PERJURY under the laws a.-�s��slonleaaa.usa�cf^.x�av� of the State of California that the foregoing paragraph is true and correct. WITNESSV=;Catherjnk" i jSignaturePlsce Notary Saal Abevo Puryc OPTIONAL eope orvath,Notary Public Though the Information below Is not required by law,it may prove valuable to parsons mlying on the document and could prevenf fraudulent removal and reaffachment of this form to another document. Description of Attached Document I Title or Typo of Document: Document Date, Number of Pages: Signer(s) Other Than.Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Titls(s): ❑Corporate Officer—Tille(s): ❑ Partner—❑ Limited ❑General O Partner--❑Limited ❑General ❑ Attorney in Fact mP at thumb here ❑Attorney in Fact Top of mumb Here ❑ Trustee ❑Trustee ❑ Guardian or Conservator 0 Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 0200]Natlonal Nolary/ssodalhn•�J3500o Soto Ata.,P.O.l7w[�Fa2•ChelswM,CA 9t3132�o2•�nnv NellonalNelvyug Item n59o9 emN�r.Fynal•Krce fao0-e]&bn2] I i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �rifresr.�,crscac-rc���m. _ State of California County of Santa Cruz On June 25,2008 before me. Catherine Hope Horvath, Notary Public I Date Hata Irt;0n Namo a4 tlp of U,P Ogkor personally appeared Ananya Mukherjee,Attorney-In-Fact Namo(a)of signer(a) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized oapadty(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of Ri.NE,yppVATH CP �� which the person(s) acted, executed the instrument. �-g q� �� Mr 1. 16312D1 "'=-+^' n Nrq I certify under PENALTY OF PERJURY under the laws "li' My ce• ,, ; "^tr,c unm of the State of California that the foregoing paragraph is -� +P�.,.;, ,��,y •^`T SOEr•)r)2t!p9 true and correct. WITNESS my v and o 'al se I. r Signature /%%/�VV(('// Place Notary Scal Abevo aNr NolaCalherino Hopp Horvath Notary l,73 Public OPTIONAL. j ic 7hcugh the Information below is not required by law,it may prove valuable to persons relying on the document ! and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document data: Number of Pages: Signer(s) Other Than.Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ individual ©Individual ❑ Corporate Officer—Titio(s): 0 corporate Officer—Tille(s): ❑ Partner—❑ Limited 1-j General _ El Partner—❑ Limited ❑General _ ❑ Attorney in Fact 0 Attorney in Fact ❑ Trustee Top of thumb here Q Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: _ v mi�]Nalhnal Notary/i::ecilidf•93500o Seto Atv.,P.O.eoz 2R02ChelawoM,CA 9t31.12A02.1Y.nv Na�onWNOWryotg Item kSBe] aeaeen=TdFFrca 1-0068]G892] i i Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road C24L� ATTORNEY Pacific Indemnity Company Warren,NJ 07058 Know All by Thew Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby Constitute and appoint Jlgisha I7esaG John D.Gilliland and Ananya Mukhadee of Watsonvile,California -------- each as thak true and lawful Agormie-Jo•Fact 10 mocu a under such donlpnallon In 11holr names end W affix Wdr corporate seals M and deliver for and on theN bohalr as surely thoreen a otlrerAso.bonds and u,Wodeklnpu and other wrNmija ebOwWrV In to nalure thereof(other than WII bonds)glean or executed In tha wuma of buslnow on behaa Granite Construction Incorporated and all Suhcldavloo alone or Inloht vamm In mmmation With bids,proposals or conhacrc 1A Or Wllh the United Slates of Amonm any Stele or pallihd aubmvLslon thawf a any pram,flan Or corporation. And the alppnion d such haul or chllgallm by ouch Affrmap Irr Fact In life Comprys name and on Its bright as sorely thereon or otharwlse,under Its corporate seal,in putsuance of the auMority haeby corderted shall,upon delivery thareat be Valid and binding upon the Company- In WIWors Whareof,said FEDERAL INSURANCE COMPANY,��pILANT INSURANCE COMPANY and PACIMO INDEMN17Y COMPANY have each,sac cad and attested him presents and aftl%ed their comom anus on Ihls O day at November,200. i _ ( y Kennel C.Wendel,Assiffant SeRalaly - .Nods,Jr- W 2 STATE OFNEW JERSEY es. CWnlyofSomersol on this. nth' day Of November,2007 before me,a Notary Public o1 NeorJamay,peraorody carts Kemath C.Wendel,to me knrnm to be Assistant Swaley of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the compyates Kutch ex "d the foregoing Power of Atotney,and the sand KaMeth C.Wendel,bring by ma duly sworn,Old dopose and say fat h9 is Assistant Seerelary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate goals lhomol,that the sods aased to tine foregoing Power of Attorney am snob corporate mars and Kam thereto affixed by 81111IONly of the Ely-taw3 of sold Compar lo;and that be signed said Pow of Atlomey as Assistant Secrelary of geld Companies by Ike anthoreY,and that he is acqualNad With David B.Nerrl%Jr.,and know,him to he Vim Pmsidenl of said Campanles;and that the signature of D vld B.NOnts,Jr.,Wbwftd W sets Power of Attorney Is In the gernulno handwiNng of David B.Nertls.Jr,and was(hereto mbsorg od by eulhalty at said By-laws and in deponones presence. Noladml seal KATHERINE KAt9ACNER NOTAR m NOTARY PUBLIC OF NEyYJERSbY �•' Nnr.231616685 POOL10 Cammiwicn 6:10irge July 0,2009 Notary Publle CERTIFTCAnON Efaraci from rho By laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of aaomay for and on barge or the Company may and shall be e;acidod In the name and on behalf or the Company, elgrer by the Chai mmn or the President Or a We President ar an Aealsmnt Vim Pmsldanl,ldglly Kith the Secreauy or an Assiatmt Secretary, uMer Itair mapaciNg l tleslgredma The signature of swh Officers may he engraved,pdnMd Or amogmphod.The slgmyue of each of the follov*g efflcem CNlman.Proadenl,any We Prealdent guy Assistant Vice ProsklanA any S IOrm",any Assistant Socramry and the seal OF the Company may be amred bytacsfmW la any poworof attorney Or10 ary codkals relating thereto appplNldg Assistant Sacmtoded W Abamays,In.Fact for pdrposO,Only of r Awft And afteoflng hands and undertakings and Clime Writings obigatay In the nation,lhomal,and any such power of momeyor NWmle having such fadmtle slgmfur a or racalmllo soul shall he valid and hinting open the Company end any such powarm*M Ivd and codified tryauch facsimile signalva and Nraalmllaend shag ba valid and beMng upon the CorrpanyWah ecpad to my bond or mdadaking to Which It Isaf omliuc.` 1,Kenneth C.Wendel,Awl-bid Soralany of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,end PACIFIC INDEMNITY CCMPANY(the "ODoupanle l do hereby caddy that (I) the foregoing extract of the By,laws of the Companies Is true and correct, 01) the Compotiosure duly licensed and authorized to vansact surety bushes,In till W of the United Slates Of Amodca and the District of Columbia and am oufrodsed by[he U.S,Treasury 0opormuml;rumor,Faderal and Vngllmntaro licensed In Puerto Rico and the U.S.Virgin Islands,and Fedorel Is Iwonsed In American Samoa,Guam,and web of 1ho Provinces of Canada except Prince Edward Island;and (Its)the forrgdrry Poway Of Anomey Is Imo,correct and In Ng force and ofleet Chwn under my had and seats of cold Companies at Warren.NJ ads June 25,2008 a �alprAel•� •� r n _ Karurom� Aulsdnesaerm N 7HE k-VFJiT YW WISH TC NOTIFY US OF A CLATK VERIFY TFIE AUTHENTICITY OF THIS BOND OR NOTIFY U5 OF ANY MEP MATTER,PLEASE ACT US ATADDRESS tIZ AROW OR BY Tel hone 908 W3-3493 Fax 903-3650 ,mall,site diubb.mm Firm 15.1"1540-U (Rov.10-02)ODRPCCNSENT 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: Granite Construction Company 585 West Beach Street Watsonville,CA 95076 1 2. CONTRACTOR'S Telephone Number: (831 ) 724-1011 ' Facsimile Number: (831 ) 768-4037 ' 3. CONTRACTOR'S License: Primary Classification A, a State License Number(s) 89-CA ' Supplemental License Classifications C2,8,10312,21,27,29,31,35,36,39,42,45,50,51,57, HAZ t4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety See Appendix Al ' Address Surety Company See Appendix Al Telephone Numbers: Agent( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): corporation 1 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: See Appendix B1 200712008 ANNUAL ARHM OVERLAY ' CITY PROJECT NO.07-17 SIDOER'S GENERAL INFORMATION 5122108 810 FORMS-PAGE 15 1 1 ' BIDDER'S GENERAL INFORMATION (Continued) ' 8. Number of years experience as a contractor in this specific type of construction work: 86 years ' 9. List at least three related projects Completed to date: ' a. Owner see Appendix C1 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: h -Field Engineer 1 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. 1 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 BIDDER'S GENERAL INFORMATION 5122108 BID FORMS-PAGE 16 1 1 GRANITE CONSTRUCTION COMPANY 1 LIST OF SURETY AGENCIES 1 Chubb Group of Insurance Companies— Federal Insurance Company—1926 to Present 15 Mountain View Road Warren, NJ 07069 1 Contact: Rob Walsh, Regional Surety Manager (415) 954-1834 State of Incorporation: Indiana 1 Rating—AM Best: A++ XV; Moody's: Aa2; Standard & Poors: AA St. Paul Travelers—August 1, 2002 to Present Travelers Casualty and Surety Company of America 1 1 Tower Square Hartford, CT 06153 Contact Terry Lukow, Sr Vice President Construction Services 1 (850) 277-2225 State of Incorporation: Connecticut Rating—AM Best: A+XV; Moody's Aa3; Standard & Poors: AA- Zurich North America—February 1, 2004 to Present Zurich American Insurance Company Fidelity and Deposit Company of Maryland 1 3910 Keswick Road Chesapeake Building—5th Floor Baltimore, MD 21211 Contact: James T. Black, Surety Account Executive 1 (415) 538-7365 State of Incorporation, Maryland Rating—AM Best A XV; Moody's: A2; Standard & Poors: A+ 1 Agent Name and Address: McSherry& Hudson 575 Auto Center Drive Watsonville, CA 95076 1 P.0 Box 2690 Watsonville, CA 95077-2690 (831) 724-3841 Contact. Dennis Carney— Partner/ Kate Gustayson— Partner 1 Single Job Capacity$250,000,000. Aggregate Capacity$3,500,000,000. 1 1 1 Updated 1/8/08 per John Gilliland Appendix Al L\SHARED.COMPREQ\ 1 Preg107-SY\M2ster Attachments\ Contracts—Bonds\GCCO List of Surety Agencies ' GRANITE CONSTRUCTION COMPANY List of Officers Name Present Office Position President Dorey, William G. Chief Executive Officer ' Executive Vice President Boitano, Mark E. Chief Operating Officer Senior Vice President Chief Financial Officer Stewart, LeAnne M Assistant Secretary Senior Vice President ' Corporate Compliance Officer Barton, William E. Assistant Secretary Senior Vice President Donnino, Michael F. Assistant Secretary Senior Vice President Roberts, James H. Assistant Secretary Vice President ' Treasurer Assistant Financial Officer Desai, Jigisha (NMN) Assistant Secretary Vice President Franich, John A. Assistant Secretary Vice President ' Secretary Futch, Michael (NMN) General Counsel Vice President Director of Corporate Taxation ' Grazian, David R. Assistant Secretary Vice President Kremer, Randy J. Assistant Secretary Vice President Director of Large Projects Development Marshall, Kent H. Assistant Secretary ' Vice President Assistant Financial Officer Controller ' McCann-Jenni, Mary G Assistant Secretary Assistant General Counsel Cady, James M. Assistant Secretary Granite East Counsel ' Smith, Kenneth M. Assistant Secretary Granite West Counsel Watts, Richard A. Assistant Secretary (NMN)=No Middle Name 1 ' updared:03/03/2008 L:\SHAREID CON\PREQ\Pregl07-SY\ Master Attachments\Officer Schedules\ ' 07 OCCO Officers view schedules Appendix B1 Page 1 of 1 Granite Construction Company 2007 Roads and Streets Completed Jobs Greater than $3 Million Name of Engineer in Charge Work Type (Owner), phone,Fax,and E. Contract Completed Job Name and Address of Owner Name, Location of Project,and Kind of Work Category mail(if available). Amount Date 201073 Salinas Ci y of So.Sanbom Road Improvements Roads/Streets Terry Surelle 7.624 017 12/31/07 200 Lincoln Avenue Contract# 9115 (831)758.7968 Salinas CA 93901 Salinas CA (831)758-7935(F) Complete roadway reconstruction, Job includes 280 000 SF of lime treated subgrade with a heavy 17'Thick asphalt concrete section In the roadway Approximately 50 000 TN of asphalt Concrete 15,000 LF curb and gutter 45 000 Sp of cobbled median 2 000 LF of 8'ductile iron pipe water main,60,000 SF of decomposed granite median,800 LF of 12"and 15' HDPE storm drain,imgation and planting in the new medians and new signals and street lighting 201737 Gilroy,City of Santa Teresa 81vd Widening Roads/Streets Don Doy 7,996,525 12/31/07 Community Development Dept Contract lf:04-CDD-128 (408)846-0450 7351 Rosanna Street Gilroy CA (408)245-0429(F) Gilroy CA 95020 8,000 of widening and total roadway reconstruction curb and ddoy@ci.giIroy.ca us gutters sidewalks.Installation of new 16 sound walls,AC paving,storm drainage with 1 500 LF of 15"to 72' RCP pipe street lighting and traffic signals 205463 Sacramento,County of Calvine Road Roads/Streets Jeff Ternss 11,920 223 12/31/07 206139 827 7th Street,Room 304 Contract# 3822 (gl5)875-2743 Sacramento,CA g5814 Sacramento County,CA (916)875.2720(F) Roadway improvements include the following work.Underground lernsiOsaccounty.net construction 3 300 FT 12 -24 clay sewer pipe,2,700 LF 12 RCP, 12,000 FT 12"-24"iron water pipe Roadway widening from 2 lanes to 4lanes with landscaped median 45 000 YDs of roadway excavation 108,000 TN of aggregate bast Placement 12,000 TN asphalt base paving 12 000 TN rubberized asphalt overlay Concrete work 20,5oo FT of curb,17,000 SF sidewalk,25 000 SF stamped median. Badge Construction and removal 1 200 FT of cast-in-place plies,gl 000 LB reinforced steel,400 CY structural concrete 170 CY structural excavation,100 FT banner rail.Electrical lighting and signal installation landscaping,8,000 FT manlnne irrigation 100 trees 3 500 shrubs 8 000 FT of fence 40 gate relocation 58 000 LF striping,7.,500 SF pavement making and 2,000 pavement markers Updated 05/06/08 SHARED CON\PREO\PregIC7-SY\Master Attachments\ Completed Jobs\GCCO\07 Completed Jobs with Comments xis Appendix C1 Page 1 of 5 Granite Construction Company 2007 Roads and Streets Completed Jobs Greater than $3 Million Name of Engineer in Charge Work Type (Owner),Phone, Fax,and E- Contract Completed Job # Name and Address of Owner Name,Location of Project,and Kind of Work Category mail(if available). Amount Date 205503 Sacramento County of Watt Ave Beaunflcanon Phase 1 Roads/Streets Chris Conyers 4080,782 12/31/07 827 7th Strcol Room 304 Contract# 3790 (916)69a-0g13(C) Sacramento,CA 95814 Sacramento County CA Fax 4 Not Available Road widening grading paving median replacement curb gutters, sidewalks landscaping and electrical Pipe work 450 FT of 12" plastic waterline 175 FT ductile von waterline,285 FT of 12 reinforced concrete storm drain pipe 205518 Sacramento,County of Watt Ave Beautification Phase 1 Road;/Streets Chris Conyers 4 087 000 12/31/07 827 An Street Room 304 Contract#:3790 (916)698-0913(Q) Sacramento CA 95814 Sacramento County,CA Fax#Not Available Road widening grading,paving,median,replacement curd gutters sidewalks,landscaping and electrical Pipe work.450 FT of 12 plastic waterline, 175 FT ductile Iron waterline 285 FT of 12 reinforced concrete storm drain pipe 205526 Rancho Cordova,City of 06 RANCHO CORDOVA PVMT REHAB Roads/Streets Kathy Garcia 3,279,086 12/31/07 2729 Prospect Park Drive Contract# 06.08 (916)851.6712 Rancho Cordova,CA 95670 Sacramento CA (916)851-8787(F) Work included roadway,handicapped ramp and storm drain reconstruction within 5 residential streets in Rancho Cordova Roadway reconstruction Included 500 TN of 4 thick 3/4 AC dig-outs 5.5 FT wide wedge grinding and 10,350 TN of 1 5" thick 1/2' ARHM-GG overlay Handicapped ramp reconstruction Included the removal and replacement of 173 handicapped ramps The stone drain reconstruction included the abandonment of 33 storm drain laterals,the removal of 33 storm drain inlets,tying to 14 existing storm drain manholes,placing 33 CIP storm dram Inlets placing 2 new 48"storm drain manholes and the placement of 33 12'RCP storm drain laterals totaling 1,547 FT 208039 Chico,City of Skyway/Various Fps Reconstruct Reads/Shoot Bob Greenlaw 5,356 621 12J31/07 P 0.Box 3420 Contract it's: MAJGC/16006,16008 16009 (530)879.6930 Chico CA 95927 Chico CA (530)895-4899(F) Project involved cold foam recycling of over 1,000 000 SF of existing roadway 27 000 TN of AC paving and traffic modifications. Updated 05/06/08 SHARED.CQN.\PREQ\Preg107•S19Master Attachment\ Completed Jobs\GCC0\07 Completed Jobs with Comments As Appendix C1 Page 2 of 5 Granite Construction Company 2007 Roads and Streets Completed Jobs Greater than $3 Million Name of Engineer in Charge Work Type (Owner),Phone, Fax,and E- Contract Completed Job # Name and Address of Owner Name,Location of Project,and Kind of Work Category mail(if available). Amount Date 211530 Anaverdc,LLC City Ranch Mainline Road Roads/Screecs No Contact Person 3110,626 12/31107 2710 Elizabeth Lake Road Contract 9 None (909)987,7788 Palmdale CA 99551 Palmdale CA (909)481-6583(F) Improvements for major subdivision. Subgrade,base,paving,curb and sidewalk improvements Approx 29 0001'N aggregate base and 14 000 TN of Type 8 and C2 LI-ACC)asphalt 215587 Kaiser Foundation Hospitals TRS Dale Road Reconstmcuon Roads/Streets Patrick McHugh 4658,153 12J31/07 1625 I Street Contract# OdC74250 (916)383.4825 Modesto CA 95a54 Modesto,CA (915)545-3160(F) Street rehabilitallon/widening grading,utilities,AC paving,water lines,joint trench Water 3,000 LF 12"decide iron.Sewer:a,700 LF 8"-27"VCP,6 000 LF of curb,gutter and sidewalk. 2161019 Kiley Ranch Communities Sparks Blvd.Widening Roads/5ireets Ron Applegate 4,687,527 12/31107 201 West Liberty,Ste 203 Contract it. None (775)82a-8844 Reno NV 89501 Sparks NV (775)323-8845(F) Project includes earthwork underground utilities and asphalt surfacing for an arterial roadway widening Water.4 2001F of 20 Sanitary sewer 4 20OLF of 12 PVC,Storm drain,50OLF of 86,PVC. 217500 City of Tucson Harrison Rd-Speedway to Old Spanish Trail Roads/Streets Fred Felix 14 657,000 12/31/07 P 0 Box 27210 Contract# 5129 520)791-4146 Tucson,AZ 85726 Tucson AZ (520)791-4239(F) 2-mile road r6construchon storm drain.sewer and water lino f $j fGlix&Htucsonaz❑ov modifications curb,sidewalk,AC pavamant street lighting traffic signals,landscaping and decorative retaining walls Storm drain 10 358 LF 24'to 60'RCP;Sewer 199 LF 4 &8 DIP 1 253 LF 8"PVC Water 1 828 LF 5 to 12 DIP,6,381 LF 6"to 16"PCP 219437 Slonebrae L.P Hayward Blvd &Fairview Ave. Roads/Sirects Liss Hinman 3358,672 12/31/07 28760 Fairview Ave. Contract f, None (415)781.1211 Hayward CA 94542 Hayward CA (415)791-1220(F) Reconstruct roadway AC paving boring lack 1,300 FT for sewer joint trench Updated 05/06/08 SHARED CON.IPREO1PregIO7-S AMaster Attachments\ Completed Jobs\GCCO\07 Completed Jobs with Comments As Appendix C1 Page 3 or 5 Granite Construction Company 2007 Roads and Streets Completed Jobs Greater than $3 Million Name of Engineer in Charge Work Type (Owner), Phone,Fax,and E- Contract Completed Job # Name and Address of Owner Name,Location of Pro'eot,and Kind of Work Category mail(if available). Amount Date 219462 Fremont City Of 2006 Asphalt Overlay Fremont Roads/Slreels Myles Herman 3420756 12/31/07 P C Box 5006 Contract# 8234-D(PWC) Federal pro) # STPL 5322(027) (510)494-470C Fremont,CA 94537 Flemonl CA (510)494-4721 (F) AC overlay 78,000 SF,grind and pave asphalt 10 000 TN of type G,5 DOD TN of type A,16,600 SF of AC dig-outs of various depths 10"to 24" 225754 Hofmann Land Development Company TKR Hofmann Polo Est Offs¢St Roads/Streets Doug Wilson 3,263,633 12/31/07 P.O.Box 758 Contract#.1475-17-00 (760)772-2551 Concord,CA 94522 Jackson,Indio,CA (760)772-2580(F) Grade base pave AC curb gutter and sidewalks. Work included 10,560 LF of curb&gutter,1 Of 0 CY of Flatwork (sidewalks/driveways) 20 100 TN of Class 2 base,and 21,$10 TN of type A asphalt-all offsae work. 227118 El Centro,City of JJL E.0 EI Dorado Colonic PH2 Roads/Slrcets Abraham Campos,P E 3,236,5g9 12/31/07 1275 Main Street Contract#:None (760)604-3799 El Centro CA 92243 El Centro CA 760-337-3172(F) Street rehabilitation Includes 3,800 FT of resideohal roadway rcmove AC,subgrade base&3,700 TN AC paving, Installed 6 300 LF of curb,gutter and sidewalk,driveways,pedestrian ramps and street lights Also relocated water meter boxes, mailboxes,roadway signs and replaced private fencing Slonn drain 128 LF 12' and 1,540 LF of 18 PVC. 227126 LA County Sanitation Distract No.2 BKR Mesquite Landfill Roads&Drainage Roads/Streets Sameer S Hamad 23,229 203 12/31/07 P O Box 4998 Contract#:4256 (562)G08-4288 X 21870 Whittler,CA 90607 Brawley,CA (562)699-0515(F) Landfill on line Mesquite Mine. 216 arcs,with approximately 900,000 CY of earthwork asphalt roads new intersection 21,000 TN AC 30 000 TN aggregale base all materials were manufactured on site,grading with re-routing of major drainage washes around site,2 small box culverts Arizona crossing,and small diameter HDPE culvert pipe,130,000 CY of solid cement was also manufactured on site Road drainage 3 580 LF of 12' to 48' HDPE. Updated.05/06/08 SHARED.CCN:\PREO\PregI07SY�Masier Attachments\ Completed Jabs\GCCO\07 Completed Jobs with Comments xis Appendix C1 Page 4 of 5 Granite Construction Company 2007 Roads and Streets Completed Jobs Greater than $3 Million Name of Engineer in Charge Work Type (Owner),Phone, Fax,and E- Contract Completed Job # Name and Address of Owner Name,Location of Project,and Kind of Work Category mail(if available). Amount Date 232310 T3ylorsville,CitycF Redwood Rd Mobility Roads/Streets Don Adams 3442454 12131/07 2600 West Taylorsvwlle Slvd Contract# 54 1019 0824 (801)33D-5643 Salt Lake City,UT 84118 Salt Lake City,UT (801)330-5644(F) Concrete removal,excavation,base concrete paving electncal, asphalt paving and landscaping 2343$7 UT Department of Transportation 300 West;Rlverdale Road To 4400 South Roads/Streets Aaron Larsen 3,750,875 12/31/07 166 West Southwell St. Contract#'STP-3328(1]0 (801)773-1191 Ogden,UT 64404 Wobcr County UT (601)773-00g1(F) Road Reconstruction including relocating utdrnes,HMA paving and landscaping.Complete reconstruction&widening of 2 lane to 4lane mad with a landscaped median,concrete sidewalk curb&gutter,stamped park strip lighting lrafGc signal MSE walls and complete landscaping 2343421 UT Department oFTransportation Sr-126;Sr-107 Tc Sr-108 Roads/Streets Steve Niebergall 6,3g6,359 12/31/07 16006010 South Weber Office Region 1 Contract 8 STP-0126(7)5 Region 1 (801)447.3563 166 West Southwell Street Davis County,UT (801)447-3565(F) Ogden,UT 84412 Siti-Immcus pavement rehabihlahon Rotomtlling 4 -8 deep, aephalt pavement,stress absorbing membrane pavement placing OGSC,striping,removing&replacing misc concrete curb&gutter. Updated:05/06/06 SHARED.CON.\PREQ\Pregl07-ShMaster Atlaohment5\ Completed Jobs\GCCO\07 Completed Jobs with Commenls.xls Appendix C1 Page 5 of 5 CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 IN THE CITY OF PALM SPRINGS May 2008 OF QALAI S U m C-1 ! FO Ra�P David J. Barakian, P.E., City Engineer Bids Open: July 1, 2008 Dated: May 22, 2008 4ppLMsa City of Palm Springs * Department of Public Works and Engineering �oRooa reo .'° 3200 E.lahyunz Canyon Way • Palm Springs, California 92262 C Xp Tel: (760) 323-6253 ' Pax. (760)322-8360 • Web: www.ci.palm-springs.ca.as q��FORN ADDENDUM NO. 1 To all prospective bidders under Specifications for the 2007/2008 Annual ARHM Overlay; City Project No. 07-17, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Tuesday, July 1, 2008: I. The following change shall be made to Part II — Special Provisions, Section 10 — Construction Details: Section 10-4.2 "Uniform Thickness Cold Milling" is deleted. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. Date: June 16, 2008 BY ORDER OF THE CITY OF PALM SPRINGS By wU 9"Y" � Marcus L. Fuller, PE, PLS Asst. Director of Public Works/Asst. City Engineer Civil Engineer C 57271 Post Office Box 2743 0 Palm Springs, California 92263-2743 CITY PROJECT NO. 07-17 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: VVLOFES$�O �5L� �C Marcus L. Fuller * � Assistant Director of Public Works/ (P \P Assistant City Engineer rFOFCALIF Civil Engineer C 57271 5(22 a� Approved by: ,90 ` David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 5122108 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL., CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Band Certificate of Insurance PART 11 -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 SPECIAL PROVISIONS 5/22/08 GENERAL CONTENTS-PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 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 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO,07-17 5122108 PART 1 CONTENTS PAGE1 CITY OF PALM SPRINGS NOTICE INVITING BIDS 2007/2008 Annual ARHM Overlay City Project 07-17 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2007/2008 Annual ARHM Overlay, City Project 07-17, will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 2:00 P.M. on July 1, 2008, at which time they will be opened and read aloud. The Engineer's Estimate is $1,500,000. N-2 DESCRIPTION OF THE WORK: The Work comprises cold milling and grinding of existing asphalt concrete pavement; 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 asphalt rubber hot mix (ARHM) overlay; installation of new Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets. 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 G, 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 cashiers check or Bid Bond in the amount of 10 percent of the total bid price of the total sum of Bid Schedules A through G, 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. N-6 CONTRACTOR'S LICENSE CLASSIFICATION; The Contractor shall possess a valid Class "A" OR "C-12" Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 NOTICE INVITING BIDS 5122108 PAGE 1 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 Cade. 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 $50.00 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 $25.00 will be charged for sets of documents sent by UPS ground delivery. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. 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 comer with the name and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. By J� Date S Df David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT N0.07.17 NOTICE INVITING BIDS 5/22/08 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 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 INSTRUCTIONS TO 5122108 6117DER5-PAGE 1 City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due t0 differing conditions appear in the Standard Specifications and Special Provisions. (1) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5, INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 INSTRUCTIONS TO 51=08 BIDDERS-PAGE 2 a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond_ Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award_ All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 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 sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words 'BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidders sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq_ of the California Public Contract Code_ In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govem and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq_ of the California Public Contract Code. 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 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 INSTRUCTIONS TO 5/22J08 BIDDERS-PAGE 3 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 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 200 /2008 ANNUAL RHM OVERLAY CITY PROJECT No.07-17 INSTRUCTIONS TO 5/22108 BIDDERS-PAGE 4 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 - 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO-07-17 INSTRUCTIONS TO 5/22108 BIDDERS-PAGE 5 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as 'Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 5122108 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: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: 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. 200712008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 BID AGREEMENT 5122108 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: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 BID AGREEMENT 5/22I08 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2007/2008 ANNUAL.ARHM OVERLAY CITY PROJECT NO. 07-17 Tachevah Drive, El Alameda, Tamarisk Road, and Amado Road Between Palm Canyon Drive and Indian Canyon Drive Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization -- - LS 6 500.00 2. Traffic Control --- LS $ 3. Cold Mill Existing A.C. Pavement 15,000 SF $ 4. Construct 1Yz"ARHM Overlay 50,000 SF $ $ 5. Adjust Water Valve to Grade 9 EA $ $ 6. Adjust Sewer Manhole to Grade 2 EA $ $ 7. Install Type E Detector Loop 18 EA $ $ 8. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5122/08 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the- 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Belardo Road Arenas Road to Ramon Road Item Description Estimated Unit Unit Amount No. Quantity Price 1. VGold bilization --- LS $ 9.000.00 2. ontrol --- LS $ 3. Existing A.C. Pavement 25,500 SF $ 4. Construct 1'/z" ARHM Overlay 80,500 SF $ 5. Adjust Water Valve to Grade 4 EA $ $ 6. Adjust Sewer Manhole to Grade 6 EA $ 7. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE B.- (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE DID SCHEDULE 5/22108 610 FORMS-PAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 San Lorenzo Road (Random Road to Sunrise Way) Camino Real (Mesquite Avenue to S. Riverside Drive) Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $ 13,500.00 2. Traffic Control --- LS $ 3. Cold Mill Existing A.C. Pavement 16,000 SF $ $ 4. Construct 1Yz" ARHM Overlay 128,000 SF $ $ 5. Adjust Water Valve to Grade 10 EA $ $ 6. Adjust Sewer Manhole to Grade 11 EA $ $ 7. Remove and Replace Speed Hump 2 EA $ $ 8. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE C: (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5122/08 BID FORMS-PAGE 6 BID SCHEDULE 0 Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Indian Canyon Drive (West Half) Tramview Road to San Rafael Drive Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS 9 000.00 2, Traffic Control --- LS $ 3. Cold Mill Existing A.C. Pavement 32,000 SF $ $ 4. Construct 1%z" ARHM Overlay 78,500 SF $ $ 5. Adjust Water Valve to Grade 9 EA $ $ 6. Adjust Sewer Manhole to Grade 2 EA $ $ 7. Install Type E Detector Loop 10 EA $ 8. Traffic Striping and Markings - LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE D: (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5122/08 BID FORMS-PAGE 7 BID SCHEDULE E Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Farrell Drive Ramon Road to Tahquitz Canyon Way Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $ 16.000.00 2. Traffic Control --- LS $ 3. Cold Mill Existing A.C. Pavement 32,500 SF $ 4. Construct 1'/2" ARHM Overlay 151,000 SF $ 5. Adjust Water Valve to Grade 15 EA $ $ 6. Adjust Sewer Manhole to Grade 4 EA $ $ 7. Install Type E Detector Loop 9 EA 8. Traffic Striping and Markings - -- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE E: (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5/22108 BID FORMS-PAGE 8 BID SCHEDULE F Schedule of Prices for the Construction of the: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Baristo Road Sunrise Way to Farrell Drive Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $ 17.000.00 2. Traffic Control --- LS $ 3. Cold Mill Existing A-C. Pavement 38,000 SF $ 4. Construct 11W ARHM Overlay 159,000 SF $ $ 5. Adjust Water Valve to Grade 16 EA $ $ 6. Adjust Sewer Manhole to Grade 7 EA $ 7. Install Type E Detector Loop 9 EA 8, Traffic Striping and Markings -- - LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE F: (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 UNIT PRICE BID SCHEDULE 5/22108 BID FORMS-PAGE 9 BID SCHEDULE G Schedule of Prices for the Construction of the: 200712008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 Via Escuela N. Palm Canyon Drive to Zanjero Road Item Description Estimated Unit Unit Amount No, Quantity Price 1_ Initial Mobilization --- LS $ 1.000.00 2. Traffic Control --- LS $ 1 Cold Mill Existing A.C. Pavement 500 SF $ 4. Construct 11/2"ARHM Overlay 7,000 SF $ $ 5. Adjust Sewer Manhole to Grade 1 EA $ 6_ Install "STOP" Legend and Stop Bar -- LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE F: (Price in figures) (Price in wards) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH G (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 2007/200B ANNUAL ARHM OVERLAY CITY PROJECT NO.07.17 UNIT PRICE BID SCHEDULE 5/22108 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 Subcontractors Name&Address 1. 2. 3. 4. 5. 6_ 7_ 8. 2007/2008 ANNUAL ARWM OVERLAY CITY PROJECT NO.07-17 5/22108 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 ) I, being first duly sworn, deposes and says that he or she is of the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone- interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title Organization Address 20071200E ANNUAL ARHM OVERLAY CITY PROJECT NO.07.17 NON-COLLUSION AFFIDAVIT 5122108 BID FORMS-PAGE 12 ALL-PURPOSE ACKNOWLEDGMENT State of County of On before me, Date Name,Title of Officer personally appeared NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages—DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 5/22108 BID FORMS-PAGE 13 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the Citys Contract Documents entitled: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the 'Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this day of 200—. PRINCIPAL: Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2007=08 ANNUAL ARHM OVERLAY BID BOND(BID SECURITY FORM) CITY PROJECT NO,07-17 BID FORMS-PACE 14 5/22108 BIDDER'S GENERAL INFORMATION The Bidder shall fumish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2_ CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract` Name of Surety Address Surety Company Telephone Numbers: Agent( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): & 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: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 BIDDER's GENERAL INFORMATION 6122108 BID FORMS-PAGE 15 BIDDER'S GENERAL INFORMATION (Continued) $_ 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. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 BIDDER'S GENERAL INFORMATION 5122108 BID FORMS-PAGE 16 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 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 2007/2008 ANNUAL ARHM OVERLAY PART II --SPECIAL PROVISIONS CITY PROJECT NO.07-17 GENERAI CONTENTS-PAGE 1 5122/08 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO, 07-17 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 ("Green book"), 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. 2007/2008 ANNUAL ARHM OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 5/22/08 Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions ,and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the-City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions- Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner- The Owner shall be the Agency, as defined above. Working Day-A Working Day is defined as any day, except as follows: (a) 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) 2007/2008 ANNUAL ARHM OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 5/22/08 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 - 2007/2008 ANNUAL ARHM OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 5/22108 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 through G, inclusive, shall be diligently prosecuted to completion before the expiration of: 40 WORKING DAYS from the day specified in the Notice to Proceed issued by the City, 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 days. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. 2007/2008 ANNUAL ARNM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO,07-17 SPECIAL PROVISIONS-SECTION 2-PAGE 1 W22/08 The Work identified in Bid Schedule D 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 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: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule G shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. Although the cumulative total number of working days for all Bid Schedules A through G exceeds the total maximum allowed of 40 working days, the Contractor shall be expected to pursue completion of the work with multiple crews and concurrently in various areas as may be necessary to pursue completion of the work in the time allowed. 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 2007/2008 ANNUAL ARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 2-PAGE 2 5/22/08 Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2.2 EXECUTION OF BONDS Bonds shall be executed by either. (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 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: 200712008 ANNUAL ARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO,07-17 SPECIAL PROVISIONS-SECTION 2-PAGE 3 6/22108 "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 Engineers 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. 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including comer record filing, for the existing type of monument in question at the Contractors 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- 2007/2008 ANNUAL ARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 2-PAGE 4 5/22/08 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. 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 - 2007/2008 ANNUAL ARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO,07-17 SPECIAL PROVISIONS-SECTION 2-PAGE 5 5122/08 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 therefor: 3-2PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent(includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment fumished 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 therefor 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 therefor 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 Sucial Provisions. 2007/200 ANNUAL ARHM OVERLAY CHANGES IN WORK CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 3-PAGE 1 5/22/08 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 cast, 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 a$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 therefor, 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 therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the - Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit Price. 2007/2008 ANNUAL ARHM OVERLAY CHANGES IN WORK CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 3-PAGE 2 5122/08 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 cast 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 - 2007/2008 ANNUAL ARHM OVERLAY CHANGES IN WORK CITY PROJECT NO.07.17 SPECIAL PROVISIONS-SECTION 3-PAGE 3 5/22108 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 - 2007/2008 ANNUAL ARHM OVERLAY CONTROL OF MATERIALS CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 4-PAGE 1 6/22/08 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 fallowing provisions shall be added to the end of Section 5-5 of the Standard Specifications: 2007/2008 ANNUAL ARNM OVERLAY UTILITIES CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 5-PAGE 1 5/22I08 "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 Califomia 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 - 2007/2008 ANNUAL ARHM OVERLAY UTILITIES CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 5-PAGE 2 5122108 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 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Ms. Debbie Randall (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Frank Jasso (760) 202-4278 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention Mr. Dale Scrivner (760) 647-5452 WHITEWATER MUTUAL 007l2008 ANNUAL ARH OVERLAY PROSECUTION,PROGRESS, 2 M 007 PROJECT NO-07 AND ACCEPTANCE OF THE WORK C22lD$ SPECIAL PROVISIONS-SECTION 6-PAGE 1 Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. (Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. END OF SECTION - PROSECUTION,PROGRESS. 2007/2008 ANNUAL ARHM OVERLAY AND ACCEPTANCE OF THE WORK CITY PROJECT NO-07.17 SPECIAL PROVISIONS-SECTION 6-PAGE 2 5/22/08 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 7-2 Hours of Labor. -- Eight hours labor constitutes a legal day's work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. 200712008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT N0.07.17 5/22/08 SPECIAL PROVISIONS-SECTION 7-PAGE 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 due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for.any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the 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 Ic�an certificates of deposit. 7-7 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50,000, but is less than $375,000. 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.17 SPECIAL PROVISIONS-SECTION 7,PAGE 2 5122/08 Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1, A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. 2_ A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or fumished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. 3_ A certified copy of all payroll records, enumerated -herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7.11, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub- 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 7-PAGE 3 5/22108 contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-11, herein, with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated sunder 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 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 7-PAGE h 5/22/08 Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-9 INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • 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. 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 7-PACE 5 5122108 B. Minimum Limits of Insurance Coverage Required $1 Million per Occurrence/$2 Million Aggregate Umbrella excess liability may be used to reach the limits stated above. C. General Standards for Insurance Policies All insurance policies shall meet the following standards: 1. Insurance carrier is to be placed with duly licensed or approved non admitted insurers in the state of California. 2. Insurers must have a Best's rating of B+, Class VII, or higher (this rating includes those insurers with a minimum policyholder's surplus of $50 Million to $100 Million). Exceptions to the Bests rating may be considered when an insurance carrier meets all other standards and can satisfy surplus amounts equivalent to a B+, Class VII rafting. 3. Certificate must include evidence of-the amount of any deductible or self-insured retention under the policy. D. Verification of Insurance Coverage All individuals, contractors, agencies, and organizations conducting business for the City shall provide proof of insurance by submitting one of the following: (1) an approved General and/or Auto Liability Endorsement Form for the Cit of Palm Sprinas or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1- "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance—or self- insurance the City may have" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). See Example A below. As an alternative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City. 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 7-PAGE 6 5122/08 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. 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.17 SPECIAL PROVISIONS-SECTION 7-PAGE 7 6/22108 Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL PNDPAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT F,Nt RE-T UC1-LA,9T1('C yLJAI WMPQ) NO OB IGATIGN QR I IAQILFP( "-AN-Y--MN__D- I�IPON-rTL4E-I l�. SURER ITS AGENTS GR �OOCCCAITA71\/CC *The brokerlagent 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 DJunicipality Insurance Services, Inc_ Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is innmediate. 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 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 7-PAGE 8 5/22108 D. Providers of goods. K 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 - 2007/2008 ANNUAL ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.17 SPECIAL PROVISIONS-SECTION 7-PAGE 9 5/22108 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL- (BLANK) - END OF SECTION - 2007/2008 ANNUAL ARHM OVERLAY FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.07.17 5/22/08 SPECIAL PROVISIONS-SECTION 8-PAGE 1 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 rinal 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 Contractors 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 2007/2008 ANNUAL ARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO.07-17 5/22/08 SPECIAL PROVISIONS-SECTION 9-PAGE 1 amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 20 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The SCope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. 2. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-&4, "Sanitation" of the Standard Specifications. 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall .meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and safety on and about the site of the Work.. 4. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety." 5_ Obtaining and paying for all required bonds, insurance, and permits. 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 2007/2008 ANNUAL ARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO.07.17 SPECIAL PROVISIONS-SECTION 9-PAGE 2 5122108 7. Having the Contractor's superintendent at the job site full-time. 8. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5.3, "Shop Drawings and Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of public Contract Code 22300. - END OF SECTION - 2007/2008 ANNUAL ARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO.07-17 SPECIAL PROVISIONS-SECTION 9-PAGE 3 5/22/08 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Location of the Work The work is located in Palm Springs, California, at the following locations: The overlay locations are: • Tachevah Drive, El Alameda, Tamarisk Road, and Amado Road (between Palm Canyon Drive and Indian Canyon Drive) • Belardo Road (between Ramon Road and Arenas Road) • San Lorenzo Road (between Random Road Sunrise Way) • Camino Real (between Mesquite Avenue and S. Riverside Drive) • Indian Canyon Drive (west half) (between Tramview Road and San Rafael Drive) • Farrell Drive (between Ramon Road and Tahquitz Canyon Way) • Baristo Road (between Sunrise Way and Farrell Drive) • Via Escuela (between N. Palm Canyon Drive and 7anjero Road) Please refer to the project plans for specific location details. 10-1.2 Record Drawings The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 2. Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans_ The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic - Attention is directed to Sections 7-10, 'Public Convenience and Safety," of the Standard Specifications. 10=2.2 Field_Operations - The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5122/08 SPECIAL PROVISIONS-SECTION 10-PAGE 1 week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use_ 10-2.3 Construction Signing, - Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with Part 6 "Temporary Traffic Control" of the California Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways (FHWA's MUTCD 2003 edition, amended for use in California, or subsequent editions in force at the time of construction. Part 6 of the California MUTCD is available on line at: http://www.dot.ca.gov/lhq/traffops/signtech/mutcdsupp/pdf/camutcd/CAMUTCD-Pa rt6.pdf. All signs, barricades and other temporary traffic control devices required for the work shall be indicated on and be an integral part of the Traffic Control Plan submitted to and approved by the City Engineer. 10-2.3.1 Traffic Control Plan. Contractor shall prepare a traffic control plan for review and approval by the City Engineer addressing all stages of the proposed work at the Indian Avenue/Garnet Avenue intersection. The traffic control plan shall be submitted for review at the pre-construction conference. 10-2.4 Temporary No Parking Signs - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 10-2.5 Traffic Signal Operations -' The Contractor shall not modify the Signal Timing. The Contractor shall notify the City 24 hours in advance of any lane closures or detector loop removals so that the City can modify the signal timing appropriately. 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 48 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 Traffic Disruptions - For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07.17 CONSTRUCTION DETAILS 5/22/08 SPECIAL PROVISIONS-SECTION 10-PAGE 2 The Contractor may close local streets, subject to approval of the City Engineer, with vehicular access restored to residents at the end of the working day. The Contractor shall notify residents 48 hours in advance of the scheduled road closures and must keep to schedule or provide written reschedule notification. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of all lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. 10-2.8 Detours - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as specified in the Special Provisions, or as directed by the Engineer. 10-2.9 Traffic Access and Control - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All work zones shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. 10-2.10 Parking and Access - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. 10-2,11 Pedestrians - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2.12 Public Safety During Non-Working Hours - Notwithstanding the Contractor's primary responsibility for safety at the site of the work when the contractor is not present, the Engineer, at his option, after attempting to contact the contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the contractor shall be responsible for all expenses incurred by the City. 10-2.13 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, construction, maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions. Payment for traffic control shall be made at the lump sum price bid for "Traffic Control" in the Bid Schedule, and no additional compensation will be allowed therefore. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5122108 _ SPECIAL PROVISIONS-SECTION 10-PAGE 3 10-3 CLEARING AND GRUBBING 10-3.1 General. - All clearing and grubbing shall conform to Sections 300-1.1, 300-1.2, 300-1.3, and 300-1.4 of the Standard Specifications. Clearing and grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed. 10-3.1.1 Existing Facilities. - It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc., that is not slated for removal as part of the Contract, repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents. The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-3.1.2 Approval of Repairs - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. 10-3.1.3 payment— The cost of clearing and grubbing shall be considered included in the various bid items of work and no additional compensation will be made therefore. 10-3.2 Removals. - The Contractor shall not stockpile removal material on adjacent lots with or without the permission of the property owner. The cost of removals shall be considered as included in the various bid items of work, and no additional compensation will be made therefore 10-3.2.1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the Preconstruction Conference. 10-4 COLD MILLING 10-4.1 General. All cold milling shall be performed in accordance with Section 302-52 of the Standard Specifications. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5/22108 SPECIAL PROVISIONS-SECTION 10-PAGE 4 10-4.2 Variable Thickness Cold Milling (Header Cut). - Edges of the area to be paved shall be cold milled in a triangular cross-section to a maximum depth of 1.5 inches, per the header cut detail on the plans. The Contractor's attention is directed to the fact that in some areas, the asphalt concrete has been built up above the gutter lip more than '/4 inch- 10-4.2 Uniform Thickness Cold Milling. —A uniform thickness of cold milling of 4 inches is specified on the plans at Indian Avenue and Garnet Avenue intersection. The Contractor shall cold mill the uniform thickness as shown on the plans. 10-4.3 Detector Loop Replacement. — Traffic signal detector loops shall be replaced in accordance with these Special Provisions and shall be replaced within 72 hours after rendered non-operative by the cold milling operation- Prior to cold milling pavement where detector loops are located, the Contractor shall coordinate with the City Engineer to adjust the traffic signal operation- 10-4.4 Temporary Transition Ramps. - Where cold milling is done normal to traffic, the header cuts shall be filled with temporary asphalt concrete or asphalt concrete grindings to form a ramp in the header cut at least 5 feet wide, after the cold milling, before the street is opened to traffic. This temporary ramp shall be removed prior to placement of the overlay. 10-4.5 Disposal Site. - The Contractor shall specify the route and the disposal site of the material which is required to be removed and hauled away. -The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. 10-4.6 Payment - Payment for variable thickness cold milling of asphalt concrete pavement, and payment for uniform thickness cold milling of asphalt concrete pavement, shall be made at the unit prices bid per square foot in the Bid Schedules. Payment for variable thickness cold milling of asphalt concrete pavement shall include cold milling to a depth of 1'/2 inches below the lip of gutter regardless of the thickness of asphalt concrete actually cold milled, and additional compensation shall not be allowed for areas where asphalt concrete pavement has been built up above the gutter lip. The prices bid shall include full compensation for all labor, equipment, tools, and incidentals needed to complete the work in place, including provision of necessary materials, and placement and removal of temporary asphalt concrete pavement, and no additional payment will be allowed therefore. 10-5 CRACKSEALING 10-5.1 Description -The work shall consist of the preparation of cracks and placement of hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than '/" in width but less than 1'/2" in width prior to routing. Cracks 1'/2" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-6 "Crackfilling". 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5/22/08 SPECIAL PROVISIONS-SECTION 10-PAGE 5 10-5.2 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. 10-5.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks greater than ''Y0, but less than 1'/z" in width, shall be CrafcoTm PolyFlex Type 3 sealant or approved equal and shall conform to the following requirements: 1. Asphalt shall be AIR 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: Test Limits Cane Penetration (ASTM D5329) 20 —40 Resilience (ASTM D5329) 30% Min. Softening Point (ASTM D36) 2109 F Min. Ductility, 770 F (ASTM D113) 30 cm Min. Flexibility(ASTM D3111 Modified) Pass at 300 F Flow 1400 F (ASTM D5329) 3 mm Max Asphalt Compatibility(ASTM D5329) Pass Bitumen Content (ASTM D4) 60% Min. Tensile Adhesion (ASTM D5329) 400% Min. Safe Heating Temperature 4000 F Recommended Pour Temperatures 380Q F Unit Weight at 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 40 lb. boxes with a polyethylene liner. The boxes shall be placed on pallets weighing approximately 2880 lbs. and shall be covered with a weather resistant covering, 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of compliance with these specifications from the manufacturer. The Contractor shall submit the manufacturer's material certification for the asphalt sealant to the Engineer for review and approval at least fourteen (14) days prior to commencing any work. Crack sealant material for pavement cracks greater than 1'/2" in width shall be type E-AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5122108 SPECIAL PROVISIONS-SECTION 10-PAGE 6 10-5.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be CrafcoTm Model BC-220 or approved equal of current manufacturer. The joint and crack routing and cleaning machine shall be CrafcOTM Model 200 or approved equal of current manufacturer. The joint cleaner attachment shall be CrafcoTm Model 110 or approved equal of current manufacturer. 10-5.5 Preparation of Cracks - All cracks to be sealed ('/" or greater in width) 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. 10-5.5.1 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 week killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-5.5.2 Routing — All cracks between '/" and 11/<" in width prior to routing shall have a routed reservoir created with a rotary impact router. The completed reservoir shall comply with the following dimensions: 1. The router shall remove at least 1/8" from each side of the crack and cut back to sound pavement. 2_ The minimum reservoir width is % and the maximum width is I W'. 3. The reservoir depth shall be '/". 10-5.5.3 Crack Cleaning and prying — 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. 10-5:5.4 Construction - The asphalt rubber sealant material shall be applied immediately following the heat lance operation that cleans and dries the crack and routed reservoir. 200712008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS $/22/08 SPECIAL PROVISIONS-SECTION 10-PAGE 7 The sealant applicator should stay within 50 yards of the heat lance during its second pass, and in no event shall the sealant be placed more than five (5) minutes after the crack has been heated by the heat lance. The sealant material shall be melted in a jacketed double boiler type melting unit, which is equipped with both agitation and re-circulation systems, and applied at temperature of 380Q F, using a pressure feed wand application system. Joints and cracks shall be sealed from the bottom up and sealant material shall be applied so it is flush with the existing pavement surface_ Care shall be taken to avoid spillage and runover onto the surface of the pavement. The surface of pavement shall be immediately squeegeed smooth after the cracks have been filled. Traffic shall not be allowed on the material until it has been sanded to prevent tracking. In addition to these specifications, the crack preparation and application of crack sealant material shall be in accordance with the manufacturer's recommendations or as outlined in the booklet, "Sealing and Resealing Cracks the Crafco Way," as published by Crafco Inc., 420 N. Roosevelt Ave_, Chandler, Arizona 85226; 800-528-8242. 10-5.7 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 ARHM overlay, and shall represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-6 CRACKFILLING 10-6.1 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'/z" in width. 10-6.2 Material - Crack filling material for pavement cracks greater than 1Y2" in width shall be type E AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 10-6.3 Preparation of Cracks - All cracks to be filled shall be swept and cleaned by air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-6.4 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. 10-6.5 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 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5122108 SPECIAL PROVISIONS-SECTION 10-PAGE 8 square foot for ARHM overlay, and shall represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-7 ASPHALT-RUBBER HOT MIX (ARHM) OVERLAY 10-7.1 General - Asphalt-Rubber Hot Mix overlay shall conform to Section 203-11, "Asphalt-Rubber Hot Mix (ARHM) -- Wet Process" of the Standard Specifications, and shall be class ARHM-GG-C. The asphalt used for asphalt-rubber shall be AR 4000 conforming to section 203-1 and shall be modified with an asphalt modifier. The amount of crumb rubber made from California waste tires per ton of rubberized asphalt concrete shall be minimum 24 lb/ton. In the event the manufacturer of the asphalt-rubber binder is an entity other than the prime contractor, the manufacturer shall be listed in the Bid as a subcontractor and shall be required to submit a certificate of compliance. Also, the Contractor shall indicate the amount paid for rubberized asphalt materials and the number of California waste tires .diverted from the waste stream as a result of the project completion. 10-7.2 Mix Design — Contractor shall submit a mix design, prepared under the direction of an appropriately qualified California registered engineer, for the ARHM-GG-C material to be used in the project and conforming to all requirements of Section 203-11 of the Standard Specifications, in general, and more specifically Section 203-11.6. The mix design documentation shall include test results of all samples used to obtain the optimum mix design, and shall be submitted to the City Engineer at the Pre-Construction Conference for subsequent approval subject to compliance verification. 10-7.3 Tack Coat - Tack coat shall be slow setting anionic emulsified asphalt, SS-1 h, conforming to Section 203-3 of the Standard Specifications and it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for the ARHM overlay, and no additional payment will be made therefore. 10-7.4 Distribution and Spreading - All ARHM overlay work shall comply with Section 302-9 "Asphalt Rubber Hot Mix (ARHM)" of the Standard Specifications. ARHM shall not be placed when atmospheric temperature is below 18 degrees C (65 degrees F) or during unsuitable weather, or when pavement temperature is below 15 degrees C (60 degrees F). The Contractor shall provide surface temperature readings with an infrared heat measurement device when requested by the Engineer. 10-7.5 Non-Conforming ARHM Overlay Material — If ARHM overlay material is delivered and placed on the jobsite, and subsequently found to be nonconforming pursuant to sampling and testing as described in Section 10-7.6 "Testing and Sampling", the Engineer has the option of resolving the disposition of non-conforming ARHM material as follows: 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5/22108 SPECIAL PROVISIONS-SECTION 10-PAGE 9 1. Order removal and replacement the non-conforming material at no cost to the City, or alternatively; 2. Accept the material as placed and reduce the City's obligation to pay 100% of the unit price bid per square foot for the non-conforming material from 100% to a lower percentage determined by the following criteria, not to exceed a 50% total reduction in payment of the unit bid price: Criteria for Out-of-Tolerance Binder Content Payment Reduction Percent = 20% reduction for each 0.1% the binder content exceeds the 0.5% tolerance allowed by the Standard Specifications. Criteria for Out-of-Tolerance Aggregate Gradation Payment Reduction Percent = 10% reduction for each 1% the aggregate on each of the following sieves that exceeds the tolerance range from the approved sieve gradation percent (ie "X"), where "X' is established in the approved mix design: 318" sieve: ................ ------- X±5% No. 4 sieve:................................. ....... X*5% No. 8 sieve......... ....................... X±4% No. 30 sieve:...................__-----------_ X±4% No. 200 sieve:................. ........__.... 7% max 10-7.6 Sampling and Testing — The City will randomly collect dual samples (one for testing and one control sample) of the ARHM overlay for each street segment exceeding 500 feet in length that is placed, and may collect additional dual samples, as required by the Engineer, if the ARHM overlay mixture appears to be deviating in uniformity from previously delivered material. The test samples will be collected under the direction of an appropriately qualified California registered engineer retained by the City. Note: one ton of ARHM overlay material placed 1'/2 inches thick covers approximately 115 square feet. Representative samples will be collected from the windrow in front of the paving machine, unless otherwise directed by the Engineer. The Contractor is responsible for the quality of materials delivered to the jobsite, and is encouraged to implement quality control measures as needed at its plant, or supplier's plant, to carefully and diligently monitor the aggregate gradation and binder content of the ARHM mix during production. The disposition of non-conforming ARHM overlay material placed on the project will be handled in accordance with Section 110-7.5 "Non- Conforming ARHM Overlay Material". 10-5.7 Payment - Payment of ARHM overlay shall be made at the unit price bid per square foot for "Construct 1'/z" ARHM Overlay" in the Bid Schedules, unless payment is reduced in accordance with Section 10-7.5 "Non-Conforming ARHM Overlay 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07=17 CONSTRUCTION DETAILS 5/2 M SPECIAL PROVISIONS-SECTION 10-PAGE 10 Material". Such price shall include full compensation for furnishing and placing materials required, and for all labor, equipment, tools, and incidentals needed to complete the work in place, and no additional payment will be allowed therefore. 10-7.8 Adjustment of Sewer Manholes to Grade — Sewer manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard Drawing 402. Payment for adjustment of sewer manholes to grade shall be made at the unit price bid per each for"Adjust Sewer Manhole to Grade", complete in place, including all excavation, backfill, removal and replacement of manhole frame and cover, removal and/or addition of filler rings, mortar, and disposal of waste or excess materials. 10-7.9 Adjustment of Water Valves to Grade - Water valve cans shall be adjusted to grade where shown on the plans_ Payment for adjustment of water valve cans to grade shall be made at the unit price bid per each for"Adjust Water Valve Cover to Grade" and no additional compensation will be allowed therefore. 10-7.10 Removal and Replacement of Speed Hump — Existing asphalt concrete speed humps located on San Lorenzo Road in two locations shall be ground flush with existing asphalt concrete pavement prior to installation of asphalt rubber hot mix, and replaced in their existing location with new compression molded 100% recycled natural rubber and polyurethane composite "speed cushions". The speed cushions to be installed (minimum 3 at each location, or as necessary to extend the width of the pavement) shall be those manufactured by Traffic Logix; 3 Harnett Lane, Springs Valley, NY 10977; (866) 915- 6449; www.trafficlogix.com, or an approved alternative equal product. See traffic speed cushion specifications included in the Appendix_ The Contractor shall be responsible for installing, complete and in place, the new speed cushions; and for installing thermoplastic speed hump markings in accordance with Figure 313-31 of the California MUTCD. See Figure 313-31 included in the Appendix. Payment for grinding and removal of existing speed humps, and for furnishing and installing new speed cushions, including associated traffic markings, shall be made at the unit price bid per each for "Remove and Replace Speed Hump", complete in place, and all appurtenant work, and no additional payment will be allowed therefore. 10-8 TRAFFIC STRIPING AND PAVEMENT MARKERS 10-8.1 Temporary Striping - Whenever the Contractor's operations obliterate pavement delineation (painted lines, raised pavement markers, painted markings, or legends), such pavement delineation shall be replaced in kind by the Contractor by either permanent or temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L") which shall be applied in accordance with the manufacturer's most current published instructions. Temporary delineation shall be of the same color as the permanent delineation. 10-8.2 Pavement Markings - Pavement markings shall conform to the provisions in Section 210-1.6.1 "General" and 210-1.6.2 "Thermoplastic Paint, State Specifications," of the Standard Specifications and these Special Provisions. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5122/08 SPECIAL PROVISIONS-SECTION 10-PAGE 11 10-8.3 Applying Pavement Markings - Traffic- legends, stop bars, arrows and crosswalks shall be applied in accordance with section 310-5.6 of the Standard Specifications, using thermoplastic paint, at the locations shown on the plans and as directed by the Engineer_ 10-8.4 Removal of Existing Pavement Markings - The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not shown on the Drawings, by such methods as sandblasting, or grinding. Where sandblasting or grinding is used for the removal of pavement markings, or for removal of objectionable material, and 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 sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. 10-8.5 Payment - Payment for traffic striping and markings shall be made at the lump sum price bid for "Traffic Striping and Markings", and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing work involved in completing this operation as described in these Special Provisions and as directed by the engineer. No other compensation shall be given therefore. Payment for removal of existing pavement markings shall be considered as included in the various bid items, and no additional compensation shall be allowed therefore. 10-9 RAISED PAVEMENT MARKERS 10-9.1 Removal of Existing Pavement Markers - Removal of existing pavement markers shall conform to Section 312-3 "Removal" of the Standard Specifications. 10-9.2 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, "Pavement Markers," and shall be installed in accordance with Section 312-1, "Pavement Marker Placement and Removal," of the Standard Specifications, and these Special Provisions. A flexible bituminous adhesive in accordance with Section 214-7 of the Standard Specifications, as required herein, shall be used for installation of all raised pavement markers. An approved flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous adhesive, product"HE184 — Flexible Dotstick", manufactured by Henry Company, 2911 Slauson Avenue, Huntington Park, CA 90255; (800) 486-1278; www.henry.com; or "Hot- Applied Flexible Pavement Marker Adhesive", Part No. 34270, manufactured by Crafco, Inc., 420 N. Roosevelt Ave„ Chandler, AZ 85226; (800) 528-8242; www.crafco.com. All existing raised pavement markers shall be removed, and new markers of both reflective and non-reflective type installed as necessary to meet the specified Caltrans standards. No paint or thermoplastic will be used. 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO.07-17 CONSTRUCTION DETAILS 5/22/08 SPECIAL PROVISIONS-SECTION 10-PAGE 12 The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 10-9.3 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot' round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal. Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half- street closest to the fire hydrant and on a line perpendicular to the fire hydrant. 10-9.4 Payment - Payment for installation of new raised pavement markers shall be considered as included in the lump sum price bid for "Traffic Striping and Markings', and shall include full compensation for providing and installing new raised pavement markers and all other appurtenant work, and no additional compensation will be allowed therefore. Payment for removal of existing raised pavement markers shall be considered as included in the various bid items, and no additional compensation shall be allowed therefore. 10-10 VEHICLE DETECTOR LOOPS 10-10.1 General - Vehicle detector loops shall be Type E Inductive Loop Detectors in accordance with Caltrans Standard Plan ES-5B. Type I loop wire shall be used as specified in Section 86-5.01A of the Caltrans Standard Specifications. Detector loops shall conform to section 307-4.9 of the Standard Specifications. 10-10.2 Payment - Payment for installation of vehicle detector loops shall be made at the unit price bid each for 'Install Type E Detector Loops", which price shall constitute full compensation for installation of loop detectors and connections, and all other appurtenant work. - END OF SECTION - 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO,07-17 CONSTRUCTION DETAILS 5/22/08 SPECIAL PROVISIONS-SECTION 10-PACE 13 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III -APPENDIX 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO. 07-17 CITY OF PALM SPRINGS DRAWINGS: - Std. Dwg. No. 402 - Top of Manhole Detail Std. Dwg. No. 625 - Traffic Legend Detail CALTRANS STANDARD PLANS: - Plan No_ A20A Pavement Markers and Traffic Lines, Typical Details\ Plan No. A20B - Pavement Markers and Traffic Lines, Typical Details Plan No_ A20C - Pavement Markers and Traffic Lines, Typical Details Plan No. A20D - Pavement Markers and Traffic Lines, Typical Details - Plan No. A24A - Pavement Markings, Arrows Plan No. A24D - Pavement Markings, Words Plan No_ A24E - Pavement Markings, Wards and Crosswalks Plan No. ES-513 — Electrical Systems (Detectors) CRACKSEAL SPECIFICATIONS - CrafcoTM PolyFlex Type 3 Specifications SPEED CUSHION SPECIFICATIONS Traffic Logix Speed Cushion Technical Specifications - Traffic Logix Speed Cushion Installation Guide CA MUTCD Figure 313-31 2007/2008 ANNUAL ARHM OVERLAY CITY PROJECT NO,07-17 CONTENTS 5/22/08 PART III NO. REVISIONS APPROVED DATE P.0 CONCRETE RING PER SUBSECTION 303-5.I OF THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND 1550-C-3250-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S STD DWG. NO. 400 10 1/4" IIYD) Z c ' r �-gym �, - •. - . . ASPHALT' CONCRETE • " PROVIDE 9" ADJUSTMENT PAVEMENT. THICKNESS '^ 3-24"x3 GRADE RINGS •. AS SHOWN ON PLANS ,� • i. ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.2.2 AND 303-18.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION NOTES: I. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO 5 1510/1", 1 I/4'•, 2•, AND, 1312/1", 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (619) 474-8481. 2. MAXIMUM OF 3 GRADE RINGS. CITY OF PALM SPRINGS APPRDVEgry A DATE, r DEPARTMENT OF TRANSPORTATION — wlo - 31 CITY ENGINEER J R.c.E. TOP OF MANHOLE DRAWN BY FILL NO. R9J STANDARD DETAIL CHECKED BY DJB DWG NO. 402 NO. REVISIONS APPROVED DATE STOP BAR TO BE LOCATED IN THE MIDDLE OF TRANS. NEAREST THE B.C. 8 HANDICAPPED RAMP CL OF ROADWAY FACE of CURB 4' 8. NOTE; TfrNON-RAMPEDALL STENCILS TO BE CAL.. TRANS METRIC. ITEM TYPE CL OF ROADWAY MAIGHT ARROWS TYPE I FACE of CURB CURVED ARROWS TYPE ry DROP ARROWS TYPE VI SEE ATTACHED.LIST,FOR AMMUNAL:.,MP_SCIF-ICA TIONS. STOP BAP _ LEGEND .DETAILS -lop UDF \ City of Palm Springs ej Traffic Engineering Div. PPROVED RY:_ b l -4 ,1 pEAN LEWIS TRAFFIC ENGINEER CITY OF PALM SPRINGS a E7= DATE7 19.50 OEPARTMENT OF COMMUNITY DEVELOPMENT �' �`` T — CITY KNCI14EER RC,E. FTRAFFIC LEGEND DETAIL, DRAWN 9Y� R B PILE NC,STANDARDS CHECK ED 'Y' D L. DWG, NO_ 625 CENTERLINES LANELINES (CONT) NO PASSING ZONES-TWO DIRECTION I2 LAN- NiGXI'Ax51 [YI:L CIRNE NIGInAY5 DETAIL 1 DETAIL 12 La•-L" DETAIL 21 DETAIL `a'-d' DETAIL <s'-d' -- r+� ��� "• I e'-s" T'-.. W p• I'-n s'-p' y f la•-o" tt'-d' F ss'-c- 13ETAIL 22 2E' n' Yv-d' rs r}•�rs::_aatme ryr a� ® ® a u o 0 0 0 a E— e 0 ®-1 144 _ DETAIL 14 y a© o000 0 ©_0 p' f o00o a oaoo DETAIL 23 z<•d• ze•-o•' DETAIL 9 .e'-d' DETAIL 19A Ls'-L" —� -p' B'-tl' le'-O. ._L.. n.-L•• �>• II2-_pi ®m ® a ®® ® F o w �. 6 o ® TYPICAL LAME LINE DELINEATIOPI 0 ?_-p- r-u' —► IN ADVANCE OF EXIT RAMP 0)i NO PASSING ZONES-ONE DIRECTION LEGEIIO K IL IL DETAIL 5 NAiNEflS ar 111 (n t_ 1z�-o-o' I_ •s'-v 1r-L" DETAIL l5 ........:i.! y i'-o' IY-u' Y-e' 1i•_d 1•_p• TYPE RY Yella+rlon-ferle clilp TYPE C fte4-c l[af P.etrcrefl ecrlee y y �>• O u, DETAIL 6 u•-p• y TrPC . r..,cello. neirare rie=l i.e 1Er_d. Teal 1c._d. ��rr� pl 12' p' 1s'-e DETAIL 16 se•-u' F TYPE G OCo-+cY Cleer fle rfp'll lEcllce r..ile: Cc1 ® F X-6 r-p'0 r'. 1=�• TYPE N Oac-.W You- Feirorerl2-lire — pCif lL 12om O• y o A 10C'-O' or IS 1 LINES _ DETAIL 7 Ld-L" _— 7 z+'-u' 7 ze'-o' �� 0 a nnHe N�1E a 9'-0 a' a' peloil 1a ]e ro oa use4 if Iva]nor m ® ® 0 ® 0 p DETAIL 17 1s'-d' cello+ .Rln s_wa o.CalCll laa•I: m sa L:=e Z fmatnat,m iIn na l e it •z. e•a• e•-e' e'-d' za=o' a y ..I •-L �� Y F ]irecrion cr 'rorel LANELINES ® ® ® a ®®� �=L- MARKER DETAILS N iwLT[unE HWHfl sl 019 0 0 ® 0 0 0 0 0 0 B ®- DETAIL D —>• ,� <_d' a il.-V _r-dl IT'd' r'-n'I DETAIL 18 Y' C� O i— rz•-d•I zs'o' 1z._p. s y T _T I DETAIL 9 Ls'-c" —>— y d-s• r-W. 1r'-p• T•-p' a• s'I DETAIL 19 k[rI DETAIL [D Lr-p' s 24•-(Y M zx._p. o TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE H _— 0 0 0 O x•xau O i O 0 DETAIL 20 se'-p' psJflTKhT cF r=svpll x c le• =u o' Iz le• p• ro-a sarrra�liVe Fne! PAVEMENT MARKERS f '-p' DETAIL 11 0000 AND TRAFFIC LINES :•-d ]6'-p" 12' V• TYPICAL DETAILS o -- -► NO SCALE A 2OA LEGEND LINES - LEFT EDGELINES MEDIAN ISLANDS ranweafi 0 e-m[le o f de (P]YILEO NW.eY TS[ ® iYFE AY Ye 11.. DETAIL 24 1 OETAI 28 lea+ roneui.e e-rmld" /<LIED o•i ar-- TIFE D Teo-.ry P,rscvlai or varel L..4 —� `EE9e of 1rwAe4 my Pe lro grl ecllye ,uY 2o'J6 _12 £ 31 ^I l iYPC H G'a-ray _ a v r<�Q 1 1 ea DETAIL 25 — Yell Ne 'xll ecri,a t ae ra4� e L i; -T INTERSECTION y DI Ee9e or trove led rar 1 —� .`L TREATMENTS _ aa'-o' 7� DE TA] Ica'-o' 1W.-D- Jz'-o- 1e'-o' <•-o" rz'-a' a•-o- _ 2e'-u' 24f ae'-o' DETAIL 25A ,•I DEIA[L 29 �r�� @ [ E o g e 1 ri �E y I7 © 3 I ® ® (gi Ts =,_ 0 zo•-a• a 24•-P' J. e' ' ® a 1e•-p •I3® Is,a' 1 1e•-p' II®� zr-"' 2e•'p• •I "I DETAIL 35A z•_p• 36•_p• z•, . �,.y.e. DETAIL 26 LEE9e or Ira-lee ed] ,—Ed,.1 Irval-e.orb 6 -F _� V I® a,-o DE s � N TAIL 35 6 6 46'-p' %%�� g ®� F Y-E'y 6�L --0• DETAIL 27 ^j DETAIL 3❑ zr W ._D. J]' D. a ® _ ® Em e I� ® -{ �� FG3e o! Ira+e1.0 e 1 ®®O®®O0®®®®®07 Igo.- i._P� c I4 e•n' © ®®®O@m00000007 DETAIL 35n z r I ee'-P' I � ME n'-". l a T-o- sao'-p' -I p RIGHT EDGELINES !�®@aD0®®®®9®m®� �I m-a' 17'-a' ® p —� T TWO-WAY LEFT TURN LANES u � "L�;. ON, 1 na dole red DETAIL 31 MARKER DETAILS I- 2 DETAIL 27B f =1 r �Ee9e of trove letl ray T _� T Z m RIGHT EDGEL€NE ERTENSION THROUGH DETAIL 32 I INTERSECTIONSz.._c.. e• - DETAtL 27C 11 y TYPE AY TYPE D TYPE H �I a'-o• ]]1 ]6• P• o o o a cy. �1 wend- ,le l I,a Fa e ® Emm ®�T ,� N DETAIL 33 sfi'-p• srAlF P-PJLFOR'e} �— zl'-p. - - a •;F:HiuJ+r [E is i'rfeftrAlw4 PAVEMENT MARKERS AND ® ®@@® mmm® ® 0000� - e•-u•I L F 10' o' 12'-a' R'-EF I I 6'- ' -W TRAFFIC LINES TYPICAL DETAILS GOO@ ® m@®m ®®®@ m-L—{ NO SCALE y A 20EI EXIT RAMP NEUTRAL AREA (GORE) TREATMENT fir• I DETAIL 36 r xC' o' � [a9e or trv.el ea .cr raoSnl leel a[w F i e 4]Y 1.202- _�or mj I of %v�u e'nr.ne sea De}on na 4' "i 1e 1 "`."�•'•'• t-' I ¢ �'Sr F'Vhr6+av r]i+y;a AyYNrvS""• 1e° see Delo112]A s}d eue A$C6 � LANE DROP AT EXIT RAfhPS� m° see q�fpir]E o DETAIL 37 geq_m a} / mile lnrervma EdP or rroeeleo .or Imam]] o O °E °1 I ENTRANCE RAlA? NEUTRAL AREA (MERGE} TREATMENTB E7 M B O O B cl B ° DETAIL 36A 4'nnl to Lee , O ® E l a'nnim Iine °� u Cege or trcVelm .oy{mq nlinel ]1�q, z'- o' see ]eloll Sea N y Sfd ilcr.12 p] O o_-p o `-uelous 21a DETAIL 37R qyq} er Y m1le ie]erwle }'-d" see N_}e.1 •I 0 Srd °I'Jn A2C9 ip._q. 3q._p.. jq.Q. d._p.. 6. J r•i� y le lire OI` •-,"I y y Y= gc}ail B.9 or 10 ° 5iG Plan;20i >' ¢ene line ?Sps A mnr.ere o"leep, 6 8 B 8 8 8 8 B 8 8 8 6 A Be Be B 8 8 B 8 R Be 88��'81 i'igllor Iri ¢ �� �''� r _ 6'-0' 3�q5 2'- 3 0 see Plc CD ¢ 0 j `ra CC•v of }rcfeleE .cy /arC 514 PI[n 92[D a y 1- N Tle Solid clunrelie g 1•ee_ m W_ o'e 7 �>. s re osH.dr, leas sere reo ingele'Igln s crlrlwl, v sea 51 DM Pion I$C3 er] zm LANE DROP AT INTERSECTIONS 9 ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 376 96-,Y " Xa b•_c• 3o•_tt• 30• o• s': 6 0' I DETAIL 36B f rmla uoe Eeye or 1.oVeled suY 1m 11nel I zI C7 e C C7 9 0 p B s r �o cl o A Ll E- a-.,ire Ilr- u u ?er[Se z iRv9s troFc� Sidrc Plo' A20B ° i.l1°•C s0 J nN ; n� a e•nai re r DETAIL 37C so'-u' ]'a• e'nnre line 9'Yellw line ° ease of rru.meo•aY Iralrvl L I MARKER DETAILS 88 0 Be 88 HHH Be 88 e 88 88 B 88 88 A 88 A888$8BB8+ O See L4+:orl 25- 'Ti •� 3�q' 2'q }'-0' See pelcl 16C $IO Plo:l 92Cq ` 3I4"-4'!." Trru.;n Ironm—a SidPeee .1xw srA IE Or OLrnlrh LEGEND CEPAnTHVIr CC TPA!lm� 11TI04 YCigERS �y PAVEMENT MARKERS p TYPE A Ville �aflecrlva +�—m° AND TRAFFIC LINE CH TYPE CR•e-alen-P-lrcrerl=-1oe TYPICAL DETAILS 0 TYPE c me-.ay c-r nntr en«I we TYPE A TYPE C TYPE G !I0 SCALE s-- n rac:lon ar Trm'cl ry e e L-1 �elrererle�I l.e: A2OC CHANNELIZENG LINE LEGEND .QKEP DETAIL 38 e`m,ie- Lme 0 me R W!,, •1cn-rerl ec H.c TvE AlYeua. n=a.eenecai.e tDO 24'-0' 2e'-a' [] iYPc G G'z roY Clear Pprru'eflecCiva Inrough Tr ffic �� 4"Telror Lin_ ® DETAIL 36A Direct:=n or irrrcl rr len a.r.:.hr:)n arr..drwa DARKER DETAILS Pee.oreneer lra per. nzRl Re rere reec.Ire ?' rvkor Cr el5ner r r or M.nal�ecm 0-f�.see wre 3 om nor recexs o-s', wale 3 zY..''V.- e e r r ce, 1 ` 4 'DETAIL 386 SECTION A-A 91 SECTION B-8 3 a o 24'-0' 2<'-O- � R.}Y.ertfll_1"t[P]reaaM �— �� P.el kof flC 6a.ns irEun ent em.�o°f re'ess a^" f N 'DETAIL 3BC �- — ---- �-- �� G — -�4 O [t [] r] r] [� [� r] [� r] TYPE A & TYPE AY TYPE C �F O R O 8 O O O a 8 8 8 O 8 R Eg Pe rroref lecfiw_.'c V C ��VTn'Y.� a ..I —� �V-0•• to' � �I ?�H 4 Fir.iemd eooc+e�y-y serr,N a PLAN " PLAN ^ N 3 Pccm]r s=dace 'f-o' e'-U' rva-n^y *rarrlc G•_ray ircrrlc � '°' line L frrx t1 a j�o I°7d RECESS DETAIL FOR O BIKE LANE LINE _ r -- RETROREFLECTIVE PAVEMENT HARKER a DETAIL 39 =' '•"te Llr' ixrdwms He No mrlol :-I DETAIL FOR RECESSED RECE55ED IAARKE.R NOTES: 1 see pd-d ,cm, 1— r THERMOPLASTIC RAFT]C STRIPE eomiia far cr l a Ih TERSECT]Gp LL`1E —� to to used .IIh r as 1err.a BIKE LANE xe wale) a and H. x� �u.e,.em ^ r.-.oaio'i 14r = RECESSED iHER11OPLAST]C NOTES ® ecoi,,a?rca a. .... ?`1 Re rra-ef lecrI- Fa_¢ > DETAIL 39A zw•-R' tr.re-aroe a.se: nnnt r .runic lilo re aJs rr z me rev re Neu be ' 7 car�a-m r...,iny caner^.,'c oor rE°tsa,, =no.^ O a.me r n eF t .aaso tau-d adrerco-ct':ieie�L-a 1mrw: N �� -O g'�E'ryHe Ltre t.,- lnzee oorer.'ni rweoa 0 to Ye ^ ^o lrerauaN=na. D F.].e�er ) ece �L d,me 1w ar loi in orkera imclie ,_v LANE LINE EXTENSIONS TYPE C a TYPE ❑ TYPE G a TYPE a °^.enenl der rr.e. THROUGH INTERSECTIONS see rate) 1 end z. DETAIL 40 DETAIL 40A RETROREFLECTIVE PAVEMENT VARKER '•°Y1 �I I�"O FOR RECESSED INSTALLATION LD ED 0 O o or= Go 4"11I1. Lif.- Tyae J Nan-P.erle.:lfee $iAiL CF CAl f0?VA CENTER LIME EXTENSIONS cirufc_nf of tanr,Finamv THROUGH INTERSECTIONS PAVEMENT MARKERS DETAIL 41 DETAIL 41A AND TRAFFIC LINES 1�91.1 r TYPICAL DETAILS S ® T3 IM ® ® 3 �o 0 3 0 NO SCALE 4"Te11o. Llrr t"s AY N]] Re FlcCli pp — i 1 I I 1 me bm I o I II rl � o! I I I I , y MID c A=14 59 m f l TYPE I 10'-0"fl ARROW "' { 1 [J— 0 R y I TYPE YIff ARROW y X 1 ! 0 R=25 sQ f1 5'-p'Gi[P i'-3" TYPE I 18'-0" ARROW � Rl r-o'CRIo A=Q sq N.TYPE Yf ARROW I Y R=31 sq fi R[GNT L441 PR¢- Ct.CN i C TYPE I 24'-0" ARROW r-u•cP1P r_a• CEEa 6r i A=15 59 ff Vf_YM.PP[R IL ICI r TYPE 14 {L1 ARROW (FOR TYPE PER [AiAAmoN,USE j A=33 Cp R m � TYPE Y ARROW 7lOT E:OhXQ VAHtAT]CN$ [N o14V15[QHS SiAiC Cf G.'l-[uTVCYT Pf IRAhSMTATW VAY PE ACCEPTED 3Y TFE _IPII.EER. 1 0 GPIO c•cP -•1 �.— PAVEMENT MARKINGS A-" "' ARROWS TYPE Ml €L} ARROW BIKE LANE ARROW IE¢9 TrPE a IRI A TAB NO SCALE 5RC YIR?CR ]ACEI A24A ®®®�� 1 11 1 tnn it Glulrr an 1muuluunrrmi nmro n 1 it ` pp eemmmt ant----- IImlEllml uun n�num nllvlllll��II 11�1a111i41llSlyd 111lIIlnllatllmallmllin In1�111111111mND mI III a11111 alll►II111111n MINIMUM 11�'iii1�°1iiin I 1r11i111111 IIIIIII EliliI Ili liiii1 i�,�PHAR °1iu 11 i iinli�NIP011�11�i�olj@Ea i�'�IN �'l,'1'0 o�iliiii'iii°niig°niiloii i HIM lli°uiiioiiini r�re'iiiiiiigi11i 9 i li�i iiln cum _ i`Yieeii uiiiliiOillroail�f l 1'r°111111111111 11111Q1101111°n'1011 111111i11111'll ill]1' 011i11011®1Nl,I III IN11 ��®Ili u 1�11 A0 111Brn'JInl11m1llulIr lut lr[ 11n1a1E1111IIIN, I III R71' !1111111u1 mllor LYI'Jl HIM I n°l1m eu auai IIIIIIIQ�IaI i1n�a1ut'rm►r�nlini"tnl 1 lri'1 e0o'l --- --- MI r1 1 11111 1 Innwll,1lllmrui "' Iniiii ° °ug Iwnln 1Iltl�la1�rO��lAnnlr i11 minil°aniluin1 iiii°u nni 1inu1i1u1°1v11limm�i nirjinllianianniinriai'inu°Fr►ii nmrnmlewainnmm HIIIIIln111nII1n1111 mllllll[IliEllllll I11F1�11111E1i1m nnnliltlil6°i lI IIIIIHlmIIIII IIIIIl n.111u1I11am1.E111 1 OlAilm rwm n,t np�1 11n1111 1 Irnlr nl fnIE1111n111nnt1r111l11 111111111111n1a'1 Iml 111111 IYI 1'ufllllll}illlil III I Iln 1l 1 p1 11 rif¶I1 II1111m111Li111�1 �n1111111111101111 1°I"i111'1ii1 i� 1�i111Illul III 1iOlq� �1�11A 1�111 1migri1i1111011[mall� IlrAln''iill Lqll11111 1u111141A1111m fI ON q1 1 7fElmin IIMMIYmIIII lalililllllallallml 0111tII111�i1Un 1�1'HIIIIIIHmI I U 1111111�I milllllhr�1114 a'1'1�'111Erii m li'�11�IiuAiinilirr'liii°ni I�i111'1°lnieilw�' °1p�'eiIIIIIIiniii ►1111P1n111111lIInrw111H11A 1 Hal i'llululmnnlm lnlenn111n1�11 11n111►m' 111 E l 1110II1111n1[ 111111111 '1�RR1 llnlllllwllllllnll 111 m011ll l�l 1 1111°111111a1pp1a I 1111111l111n111111a�I'EII rmlllll®n4nnwlun 1nI11111111n1�1� 111111111111 a 11111111eIIIIIIIIii11�11iiieill'+bill°n1n 111 i iiiii111 INIi�unnniiiI i°i'lli'1i�t"°! i iili o� in IN i10 FIN in�ilieiiiNMI I iIIIIIIii�iin°�[� 1�ri1i1rrpi pills ii'inIt 11�° ii'I�ii°�m' �i iiiisi1°iK i 'nJlrnnrill111nnnlL'119nf1I J[I1CUnIn11aH11111 nnlllll lnl 111 16n! ' /irllgln a uii111iU IIIII 111ur1111 im1 n11111oiionol 11911111111111 nnffill I ! p1 ►mn 11111►ITlrinl IElIIIIIAlrw! Ilwlnllllt 11111 HIM 1111111111111E 11a1RO1ID11 IIn11lr11B 11 111 011111111 111111!!F 1 111m[ iE1 �� awl[almlt In11A111111 I IN Iml 0 1111 111 1 1 a1111t1 nmlr►nnm ilmra11u1V1171111 nm111l1null, !mlwnnn "i11ii 1i13ii1siriiini iouni'd'iiil i1ni111i1miiii' ialimnli'l , nanunlnm aaum is r°lr F►n1 IN R I n 1wlwuna E I f f. pill, ! IEI I E I m I 1 i I � I ac'ancr.:�.a.=y...r�•r...vr� , I A=24 so ft A=27 so f „=21 sa it A=22 sa ft A=1q sa ft t N D I e Ili Jai IT WORD MARKINGS N• ! ,1 I RwE zg eIRF zl $ II1.. a. T aeaP zx ovrr zz D A=23 so ft A=2q s ft r A=2J sa it A=16 scl 1 4=17 so ft p NOTES r s 1.u o a.zs:oqE co s or Wore eerolaa rma'us, Zi I'0'nn'•a o- i.o.. 14 firs, ,ore i..'o pe r—,e, rrr-envep I 2.ire sue- Lerr.�,_o . sbu10 L o1 le[al iauf rle�E Ire rei',1 ar rrz ,aroc rers mr Io epem rood C,cue nm nure von +eo Imes D 1 +m rc y,+ nr rn= mrec+ers.Trr . e rar o 1.sL pa N -"rcpr a,alr Is l,nlrea spore r,—se er .1 ssrolna,s. ,p 3 ulapr nerla+.rne In einens Isis no,Y- occeoraa q Ire Engineer T . a CROSSWALK AND LIMIT LINE e.re-I:srs or a lens• nn�r-ar srnml ,er r- ,-�nralen W ss.-s log "- $se Iota i ==3'�enls rot 10 ess.-0 2"In>•i01 n. Crpsev lks cW grrus to e..;Srs,mrs [ro 1a p. I'0'ye l I,, J Ilnee in Olo[e CF 1'-d'r,.}e errnn. 2' o' F. im xc 6s '118 F}R.[LV G'p�e.nenl m.-kin 5 :o Oe eO for parklna f f f f I_-Wry �N ra=r,IFlcs.For srplwl a.ians ei mar :m, 1 s=: sirnca-a Peons stein _ nY❑ ❑ a,a ,Irce. L l,Tira serles or p, F vc Ca -.W P}RX M'. roll Oe mlore] in Mira 1e11 era m less I., e { Ins rrang les 1'-0' nm ono xroarinq oocXn-m,E «a 1«aleJ so no, tr s - +T vlslble ro Irai 11C E.,rorcer.=n1 orf lclols f , f IIf�• - S14iE C!CLLCIr•A1l .r Ir V.- sF 4vcI Or iPdFS'6ii9i Lr1 A=2 so ft PAVEMENT MARKINGS eVea R spa i Y[ELD LINE WORDS AND CROSSWALKS »J SCALE A24E I oo-.nl Im Alm 0M r Ircv.l mr.m inn o� I u]r ,.za.� �' � -n�ri f 1 T-- 0 L p T ',YII.DNG D-TAIL SAWCUT DETAIL YO NOM DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE B LOOP DETECTOR CONFIGURATION a N O O ❑ ❑ ❑ ❑ m O O 10lo•-a•o y lo-R :o•-o• ,o•-v so'-o^ :a'-tl' � I 1 TYPICAL TYPE A INSTALLATION TYPICAL TYPE B INSTALLATION slrele Len. 9m11. L=ne /� O SA'NCUT DETAIL WINDING DETAIL 7 N m a TYPE C LOOP DETECTOR CONFIGURATION G o'r of Iru� oirrvr c. s r - Orr. 'xl a s.- CLI ram)• z m C3 HA m WINDING DETAIL SAlY'CUi DETAIL W[N01NG RETAIL SAWCUT DETAIL 11_ TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION NOTES s- _ WINDING DETAIL SAWCUT DETAIL 1. Rwb wrn.r. yr om.anal. :v.>,Is m va=..* =oiaa. *e meecmre, o e TYPE 0 LODP DETECTOR CON F I GUR AT i ON 2. 1r kall 3 t—vhn only one T ` /� Slol=fu —1 �] 1'c— On n= r o 0 oO STATE Or COLT MA Ir_loll 5-ab v1'en an i15e D lo]] .LICE •:n 3 Y[Eil oO]I i CCP"TWMT CF TR44S�0.U IO!I 6'-O'x 6'-O' lags on o e_ or Noll, N'-O' O-O' 0•-tl 11/ TYPICAL TYPE E ]INSTALLATION PLAN V1 DE ELECTRICAL SYSTEMS DIACONAL SLOT (DETECTORS) single �av AT COP KERS ` NO SCALE I ES-5B I C11;11,1111j1FW. PRODUCT DATA SHEET INC ` • AN ERGON 5 COMPANY PART NO.34521 420 N.Roosevelt Ave-•Chandler AZ 85226 JANUARY 2008 1-800.528-8242•(602)276-0406•FAX(480)961-0513 www.crafco.com READ BEFORE USING THIS PRODUCT GENERAL Crafco PolyFlex Type 3 is a hot-applied, asphalt based produce used to fill cracks and joins in asphhalt Portland cement concrete pavements in warm to hot climates.PolyFlex Type 3 is supplied in solid form which when melted and properly applied foams a highly adhesive and flexible compound that resists cracking in the winter and rusisl5 flow and pick-up at summer temperatures.PolyFlex Type 3 is used in highway,street,airfield and parking lot pavements and is applied to pavement cracks using either pressure feed metier applicators or pow pots. At application tcmperaturo,PolyFlcx Type 3 is a medium viscosity product which flows and penetrates cracks. PolyFlex Type 3 is formulated as an economical yet effective pavement maintenance crack filler product.Compared to products based on reclaimed rubber,PolyFlex Type 3 offers lower viscosity for easier application, improved summer temperature pick-up resistance,quicker sct-up times and improved low temperature flexibility.Polyflex Type 3 has been a quality Crafco product for 20 years. Several states have adopted speci frcations based on the performance of Polyflex Type 3. VOC- 0 g/I. USAGE GUIDELINES PolyFlcx Typc 3 pavcmcnttcmpcmlute psfortmmw limils High Temperature Grade('C) arc 70-10 for oracle filling. Usage lccammcndations am shown in Craloi pavememt U eC 5e do 70 7e ez temperature grade charts Shown at the right Refer I9 Crafco Product Selection Procedtms to k- < determ sealant ine seala or filler use and pavement temperature grades. _ho 0 •Iv ��■yuued l4Ux' � �� E ■ kccommended F -34 . performxcc Lmit a _ ONot lir..cndo -16 Pavement Temp for Filler Usage SPECIFICATION CONFORMANCE The Crafco recommended specification limits for PolyFlex Type 3 when heated in accordance with ASTM D5078 to t c maximum heating temperature arc as follows:Fmod Bodkmarlcnctild oi. Test Recommended Specification Cone Penetration(ASTM D5329) 20.40 Resilience (ASTM D5329) 30%min. Softening Point(ASTM D36) 2107(99eC)min Ductility,77F(25C)(ASTM D113) 30 cm min. Flexibility(ASTM D3111 Modified) Pass at 30eF(-PQ Flow 140eF(60eC)(ASTM 05329) 3 mm max Brookfield Vhscolsty,400"F(204°C)(ASTM 02669) 100 Poise mar. Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM 04) 60%min Tensile Adhesion(ASTM D5329) 4000/.min Maximum Floating Temperature 400-F(204eC) Minhnum Applicarion Temperature 380°F(193-C) INSTALLATION The unit weight of Crafco PolyFlex Type 3 is 10.0 lbs.per gallon(120 kg/L)at 60'F(15.5'C). Prior to use,the user must read and follow Installation Instructions for Hot-Applied RoadSaver, PolyFlcx, Parking Lot and Asphalt Rubber Products to verily proper product seleoti0m,heating methods, pavement preparation procedures, application geometry, usage precautions and safety procedures. lliese instructions are provided with each pallet of product. PACKAGING Packaging consists of individual boxes of product which are palletized into shipping units. Boxes contain a non-adhcrcnt film which permits easy removal of Vic product Each pallet comains 72 boxes whteh are stacked in six layers of 12 boxes per layer The weight of product in each box dots not exceed 40lbs (ISkg)and pallet weights do not exceed 2,880 Ibs (1310kg) Pallets of product are weighed and product is sold by the net weight of producr Product boxes are manufactured from double wall kraft board producing a minimum bursting,test CertnfiCauon of 350 psi(241 N/cm)and using water resistant adhesives. Boxes use tape closure and do not Contain any staples Boxes are labeled with the product name, part number,lot number, specification conformance,application temperatures and safety instructions. Palletized units are protected from the weather using a three and thick plastic bag,a weather and moisture resistant cap sheet and a minimum of two layers of sex month u v.protected stmreh wrap. Pallets arc labeled with the product part number,lot number and net weight, Ingtidlagon Instructions are provided with each pallet in sweatier resistant enclosure. WARRANTY CRAFCO, Inc, warrants that CRAFCO products meet applicable ASTM, AASHTO, Federal or State specifications at tune of Shipment. Techniques used for the preparation of the cracks and joints prior to sealing or tilling are beyond our control as arc the age and application of the products,therefore,Crafco shall not be responsible for improperly applied or misused products. Remedies against Crafco,Inc„as agreed to by Crafco,arc limited 10 replacing nonconforming product or refund(full or partial)of purchase price from Crafco,Inc. All claims for breach of this warranty must be made within three(3)months of the data of use or twelve(12)months from the data of delivery by Cmfco,Inc,whichever is earlier There shall be no other warranties expressed or implied, For optimum performance,follow Crafco recommendations for product installation 02000 Crnrw Noe,All IGthc ore:e,rl Speed Cushions : Traffic Calming Solutions Page 1 of 3 n}ryn„1 .`ry^ n-..f. r• If• f"I:. A+e'v V I ,ry„� r, -iNs }, lW„"Rr,;:'iGLGGf7h..�J111 i-r::aG 2-�Calx �Gu-J:N S',� I , k L,., Ii„L f.. ... ^ 'ri.i,. n4ar MENu' wj 1,T p r I 11�Sfj. r: J ��-li'• � a. Ilil >Productsan• solutions I i Municipal Solu','Ons Municipal Sol 4itL2n5r Steed CL_shinn_ * Speed Humps Speed upnslrvronis a Speed Tables 5pord ru;hians are Fhr nrrvca availahie era file - 71 ^r Speed Cushions calmrng device, and perhaps the most Innovative, } •.r= ii Spr.•Cd (:ushlnns have severe) dc-unct a^•,'pntnges * Traffic Circles Ucsl ncd is three ,rnall =_ eed humps, speed o.ishrons ,eclestn�ln vehicles to slow nown. '-'nwever, 1P,e 7 Curb Extensions/Medians rorce F `� .••t.. rt"„1 Wide,aXIC OFi':,IggCp vt±fll Ce:i dIIU�'dS lYi�iU le prl$5 A�Iey—%dIDRS Witha,at,lowinl7 down in a0drrmn, sI oo� l ni5hl�ns arc -' r11nrC: rhGl :,pri rl hump: of table;since. 7 Radar Speed Signs Ma:-i reatu"es Dirnena)ons Technical' Specs P;Io ccs�� f�giuzPc Canarl9unddd�s i ]• Speed Bumps a Mini Humns Gonerai descHpatooeu_ Speed Cushions of various dlmenslons are constructed r.ismg Interlodculcg rnodules (U8 palenL pending 12633-23U5PF.). i a Car Smos The standard fool print dimensions of each module are 18� by -127. The tweighl-of the various modules is between So and 80 Its Ezch unit is bolted to a paved road surface uslny Product six lag bolts 3/87 dia, through a plastic shield installed In the paved road. The Traffic Log(r, proprietary two directional tongue and groove mterlocking systern provides additional connection between the modulus and increases stability of Condi6 arei tine Terms the speed cushion. Dimensions of the - width 1 H" (+/- 1/16'� rnndules: - Lengtn rig" (-/- 1/8'� - Illickness 3" (+/- 1/811) Dimensions of the Speed Cushions; 1Mdth Flom 36" up, by 13"increments hfi)://www.trafficlogix.com/speed-cushions.asi) 5/22/2008 Speed Cushions : Traffic Calming Solutions Page 2 of 3 (width and length of speed - Length from 84" up, by 12" Incroments cushion are adjustable) - Height of the cushion 3" Standard diu-nensiors . Width 72" (6 feet) of the Speed - Length 34" (7 feet) r".tlrSGEiot95: - FieiahL of the cushion 3" Entrance and exit 1,15 gradient: Side T,radiant! 1:3 MatarW: Compression molded 100% recycled natural rubber and polyurethane composite PhtjrsicaC prDpetrties: -Tensile sLrengih, minimum 500 psi - Shore hardness. minimum 70A - Specific. gravity 1.1 Marl Brig: Rubber modules are available in black of black with yellow reflective tape or black with white reflective tape, or whltc arrow Ins-tallaMon method: - Each module Is affixed to the pavement with six galvanized zinc plated steel lag bolts 3/8"x 4", plastic polypropylene shields and 313"zinc plated stoel washers supplied with the modules - 9/16" Diameter holes are drilled through the holes in the modules into a paved road. - The plastic shields are Installed In the mounting holes with the provided shield installation tool - The lag bolts are Inserted Into mounting holes and Lightened (do not over tiahten the bolts) Enshatl9a4dotro [o®C5: - Chalk line, measuring tape, heavy duty hummer drill, 9/16" dia. by 10" long carbide tip drill bits, installation tool for plastic shields, 11/16"drive socket with a power tool, portable blower, utility knife, craw bars - Tho plastic shield installation tool is supplied for the Initial Installation lob only - Additional bolts, shields, washers, and installation tools can be purchased from Traffic Logix http://www.traffiiclogix.com/speed-cushions.asn 5/22/2008 Speed Cushions : Traffic Calming Solutions Page 3 of 3 Warranty: A two (2) year warranty Is provided on all Speed Cushion componcnfs inSSallcd as por the manufacturer's installation instructions. i. http://www.trafclogix.com/speed-cushions.aso 5/22/2008 II >Products andSolutions 4luniclnal Solutlnn,«^iz(l,_py 1�„y�Ir_n: Speed Cushions 1177-1 $I)PP 1,u Jdm a di,c.he newest avnllabld Ira'fir ";.Y •'I - (alrrllnrl t,PV,So, )nCl pUrt eps the most I1111 vV N�(+ _Pegtl Cuvunrr tool ,rv<rn rpl,;lm; ad}mntnqu. tie=_ulned as fiber•small;;flr;tl Iu.InP:•.50cid w=Mans la,Ce Pduustrmn We II Clen trr,slow d, M1 Hnwr epr,tre - +-�-f,•�f„' wlllpr a>Ir ,V(.Im v'SencY�•ahlclas allows tll2nl F1'Gr•:`, wllhait "OVA it c.a:+n lr'ad Jibull, nl' - 'f^ , mare alfordanln ,6 1 then� eed burn.:,Jr;adlts nlnca I Installation Gulde Installation Tools • Chalk e Ihedctlrinrl Lapp n lmpacL or 11arrmT r drills, vw;r-nco rlmencl LhaL you havo two reavy duly hanlmer dfl lh(PfNfcrrjbly spllnc drllls) • High speed d'd15, , e rccomniLrld that you hove two electnL drills e Dr11I Llfs rarhlde t1r, AL lep,t.LwC e/1 G"did, IQ 17 Ionq n 311, Hammel • ldlb Sledge hammer(for Ilnal ad)dsCmu4) • 11/16 delve socket wllh a17"cxl Cnslon • Street boom • 1)1111ty klllIL or a IIack Ydw('ij—e(J fCl t, lllllling Lhc I l DDOF dS rleell^d) u Crow bar`,gooseneck wrLCldnq bars • Perlahle, 911,Pompre}"or able to rnwn Min 17p91'1 (u-,M r0 Now out the daJ7nc after Lhe holes are drilled) • GCIIC1,AOr and Men5lorl:,ord,to I url all four dulls • One 24" 2 %4' ?lec2 of vapid TIN,Is used to knock the panels In place • Appropriate slgnage In accordance Lo=b State of the PraCL1U_on Traffic Calming a�well as ITT,Mwillal on Llnllormed Ti alfic Cantral Dovicn5 (MLITCD) Installation Process step . Claall the surrounding area by using thL SLreul broorn. StepT. M2dsdre the .vldth 61 Lhu f oaJ and deLel mule Lhc appropr kite bpdcllly For the Speed CLlyl'llon5. 1'le Spaci110 Shal ll drl'I he more Lhan foul'feel it Kidrt. dA Step 3. Using Lhe Chalk line mark a line parallel to the curb where Lhe fir;t,;pead cushlon Is going to be II Isla I I CC;ai I 41en mark a Imo that ly perpe"'d I CLI Ia f LO Lhu curb LI be these IInes to square up your traffic calming device. I I 'fD�I ^Ih stop 4. Identify and separare the pleces thm rim parallel I'o the curb for both sides of UI dcvii;e. step s. &15 emblo Find po;illorl the lir,l speed ru;ill Cll_ Make SW C lhal all of the tnnguea arC III out towards the center el"the dLvJcL. use the tongue and groove system to angure Lhe units Inlrrlocked properli,as shptvn halow. I " ..�.. 7 n ,A I Step v. 0nll 9/16"diameter holes Into Lhe aepilall', through the existing holds or first row u51ng Lire; hamm7r drill I'he holes 5hnul(I he ? 1/2' no d"dprp In o-der to•)ccofnmodae thin pldatic;Ilired;;which are 3'lon]. Step 7. Use all illy conipru•,sur I'�,rn Uv'P all of lht:deblls fl'om the holes are cleefr of dust and debris. Compi essor should be able to IT1PIntaln 901p51 Step S. SnSt,all I,ileSUr,anpll015 IntC1 the ho[u, In nnlcr la kr•.up the unit;.`rem yh dllr'p Step�. Using the hlgh spccJ dlll, Insert the bolts and .,Lashes Into the plaruc anchor DI that the bolts dtc anug but do npL ever LlnhLclt Aill Step 1 C, Once the f-st raw has bete bolLed Lb the gI nund you rgtI begin assembling the next row of panels dnd ustnq a I lb sledge hdpinlcr knock Lhu row;nug Le the flrsl rote. CUnLInUe: assenlbllllg all Y the 5111 Le make one conlpleLe speed cjshlbn. r I, Precautions: Dlease note that I raflle LGglx recommends Ins[alnng speed cuShlon5 on roads where Lhc rn a:dmum graAe L5 a°/u or ILSS. • Steel toe bo DN dncl 5afeUy glOVeT,chOUld bC Uc,,+(1 dUrinq nctallaLlon rf make cw'C Lllat the unlls ale tlgM and v4011 !lIgr1ad ncmp moving rroln eno dup 10 an Othel' o Make cure Lh(,I)o Ios aim r,l o'p I-of duct and dpbrls hefnre In;t,tl l l nq the anch e l'S m Remamhpr fhaL all of the bolla nand ho be Inslarh:d for Ulu vmr r dnLy to be In affect. • I roffic Cal fn mq de v I c , I',UsL oc remov,d m Lhp fall pll01,[o LhC arrlVal of snow ano Installed In Ula;:pnng afrel We last.:now Lonn m Quarterly In1 r)cCtrenS shnuld he made of_Drh[reVfl: rdlrrllrq deVICO. In accordance with ITE standafds appropnaLe Lrafliq Signs should be Installed tvlti,each Lraffc calmin(.J daVloe. California MUTCD Page 35-82 (PI•IWA's MUTCD 2003 Revision 1,as amended for use in California) Figure 3B-31. Examples of Advance Warning Markings for Speed Humps - Legend -►Direction of travel Centerline of 6.1m Travel Lane (20 it) t $0 m �( y ,1' (100 ft) 0.6 m (2 it) 5.4 m � a's m (3 It) — — , Cenlerof Speed Hump 1 (100 it) ' Speed Hum Design Width 300 mm(12 in) y,2 m (4 ft) -� � White Pavement Markings T .\ g\ (14I k) 'Edge of \\\111 'Roadway', . Y r, 300 mm(12 In)White Pavement Markings (see detail on this sheet) In Width Varies i (12 ft) ... (see detail on this sheet) 6 it 3 m „ 1.8 m ( )- � (loft) Leading Edge of Speed Hump 2.1 m((7 ft) (B it) 2.4 m (8 fQ DETAIL---SPEED HUMP ADVANCE WARNING MARKINGS Chapter 313-Pavement and Curb Markings Septumbcr 26,2006 Part 3-Markings 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 Oft-ice of Procurement& Contracting 3200 E.Tahquit7 Canyon Way Palm Spring, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1T77.5 HAS BEEN AWARDED TO: 2, NAME OF GENERAL CONTRACTOR NTRACTOR'S LICENSE NO 3. CO Granite Construction Company 89 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 585 W. Beach Street Watsonville 6 ZIP CODE 7 TELEPHONE NUMBER 95076 831-724-1011 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY ANWOR COUNTY) Various Street Locations within the City of Palm Springs 9. CONTRACT OR PROJECT NUMBER 10 DOLLAR AMOUNT OF CONTRACT AWARD OP 07-17 s $998,860.00 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 09 1 02 1 2008 {'USE NUMBERS) 10 ) 27 12008 1 (USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL,ETC.) 14. Street Repair E] NEW CONSTRUCTION 0 ALTERATIONS 15 CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR($) Concrete workers and Construction workers Street Striping and Marking 16. Is language included in the Contract Award to effectuate the provision of section .. Yes No 9777.5,as required by the Labor Code?...................... ........................................ Is language Included In the Contract Award to effectuate the provisions of Section Yes No 1776.as required by the Labor Code?.................................................................. 117 17. SIG T RE 1;�' i6 TITLE 19. DATE Manager 08/05/08 20, R TYP-0 NAME 21. TELEPHONE NUMBERS Craig L. G a ders Manager, Procurement& Contracting 760-322-8368 Ouphcntion of this form Is pom sslble DAS 13(rev 5101) City of Palm Springs, CA Procurement and Contracting Division BID ABSTRACT Project Number: CP 07-17 Project Name: 2007/2008 Annual ARHM Overlay Due Date and Time: 07/01/08 2:00 PM Bid Schedules: Vendor Name and Vendor Name and Vendor Name and Vendor Name and Bid Amount Bid Amount Bid Amount Bid Amount Matich Corp. Skanska USA Imperial Paving Hardy & Harper Schedule A 115,025. 125,700. 89,100. 102,600. Schedule B 168,775. 160,920. 127,695. 143,230. Schedule C 272,425. 242,560. 202,600. 222,910. Schedule D 173,200. 162,350. 125,450. 142,145. Schedule E 315,075, 256,330. 234,905, 258,175. Schedule P 333,614. 274,920. 249,150. 273,930. Schedule G 15,825. 32,220. 12,465. 14,305. Bid Total: A-G $1,393,939. $1,255,000. $1,041,365. $1,157,295. Witnessed: By:." Date: f/�, G City of Palm Springs, CA Procurement and Contracting Division BID ABSTRACT Project Number: CP 07-17 Project Name: 2007/2008 Annual ARHM Overlay Due Date and Time: 07/01/08 2:00 PM Bid Schedules: Vendor Name and Vendor Name and Vendor Name and Vendor Name and Bid Amount Bid Amount Bid Amount Bid Amount Granite Construction Hazard Construction Company Schedule A 87,800. 127,750. Schedule B 121,620. 158,795. Schedule C 196,420. 230,986. Schedule D 125,490. 167,040. Schedule E 219,390. 291,700. Schedule F 233,760. 289,000. Schedule G 14,380. 21,015. Bid Total: A-G $998,860. $1,286,286. Witnessed: ByQ4,f a�� �..,f:m/ _ Date: Check A License: Contractor's License Detail Pace I of 2 � Skip to CSLB Home I Content I Fpoter I Accessibility Searel Department of Co r � '6%30V Contractors State License 'Board t a II IIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIII IIIIIIIIIIIIiI IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIII u1 OR Rs 80 os oe p; CONSO1MfAS CONTRACTORS APPLICANTS JODRNLTM'rN FLIMMO WORKS 1O11,01N0 OFFICIALS GENERAL INFO I tI �_t_ About CSLB CON(RACTOIRS LICENSE DETAIL CSLB Newsroom • ,,/�� Board and committee t DISCLAIMER:A license status check provides information taken from the C Meetings license database. Before relying on this information, you should be aware of the ❑isastor Information following limitations. Center CSLB complaint disclosure is restricted by law(B&P.7124.6). If this entity is subject to put CSLB Library complaint disclosure, a link for complaint disclosure will appear below Click on the link or Frequently Asked obtain complaint and/or legal action information. Questions 9 Per B&P 7071.17, only construction related Civil judgments reported to the CSLB are disc) Online Services a Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitra • Check A License or • Due to workload,there may be relevant information that has not yet been entered onto tht HIS Registration license database. Filing a Construction Ccmplaint • Procemng Times License Number: 89 Extract Date: 07/07/2008 n Check Application Business GRANITE CONSTRUCTION COMPANY Status Information: P 0 BOX 50065 ® Search for a Surety LEGAL DEPT Bond Insurance WATSONVILLE,CA 95077-5085 Company Business Phone Number: (831)7158-4307 m Search for a Workers Entity: Corporation Compen$abon Company Issue Date! 1 0/0111 9 2 9 How to Participate Expire Date! 05/31/2009 License Status: This license is current and active.All information below should bI reviewed. Classifications: CLASS DESCRIPTION C36 PLUMBING c10 ELECTRICAL A GEN ERAL-ENGINEERING CONTRACTOR B GF.N_.ERAL BUILDING CONTRACTOR C57 WELL_DRILLINQ(WATER) C-2 INSULATION FIND ACOUSTICAL C-8 CONCRETE C12 EARTI-IWQRK_P_,NLf AVING C21 BUILDING MOVING, DEMOLITION C27 LANDSCAPING http://www2.cslb.ca.gov/General-Infoniiation/interactive-tools/check-a-license/License+Det... 7/7/2008 Check A License: Contractor's License Detail Page 2 of 2 C29 MASONRY C35 LATHING AND PLASTERING C42 SANITATION SYSTEM C45 ELECTRICAL SIGNS C39 ROOFING C50 STEEL,REINFORCING C51 STEEL,.$TRUCTURAL C31 CONSTRLC,TIQNZQN. TRAFFIC CONTROL Certifications: CERT DESCRIPTION HAZ HAZARDOUS SUBSTANCES REMOVAL Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 322217 in the amount $12,500 with the bonding company PACIFIC.INDEMNITY COMPANY Effective Date:01101/2 0 0 7 Contractor's Bondin�c History BOND OF QUALIFYING INDIVIDUAL 1, This license fled Bond of Qualifying Individual number 81959 for WILLIAM GLENWOOD DOREY in the amount Of$12,600 the bonding companyPEBAL_WSU_RAN_.CE_COMPANY Effective Date: 01/0112007 BOI s.Bonding History. Workers' This license has workers compensation insurance with the Compensation: VALLEY FORGE INSURANCE COMPANY Policy Number:WC20885966680 Effeotive Date: 10/01/2006 Expire Date: 10/01/2009 Workers'Com ep nsalion History Personnel listed on this license(current or disassociated)are listed on other licenses. Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright Q 20V State of California http://wvvw2.cslb.ca.gov/General-lnformation/interactive-tools/check-a-1 icense/License+Det... 7/7/2008 Contractor License Personnel List Pabe 1 of 3 Skip to' CSLB Home I Content I Footer I Accessibility eaearcI Department of Consum, er Affairrs .;w A; '.GDV Contractors State Ucen'se"'Board ' 01 02 08 04 05 08 o7 CONSUNIENS CONTPACTOM APPLICANTS JOOHNEYASEN FO1111]WO8RS BUILDING OFFICIALS OENr&ALINFO IRMI, 6M About CSLB CONTRACTOR LICENSE PERSONNEL LIST CSLB Newsroom _<_<Return_to License Detail Board and Committee Meetings contractor License#: 89 Disaster Information Center CSLB Library Click on the person's name to see a more detailed page of information on that persor Frequently Asked ASSOCIATION DISASSOCIATION Questions NAME TITLE DATE DATE CLASS Online Services RIOLIARD QARVFL RMO 07/01/1971 07/16/1991 C36 Check A License or SOLARI HIS Registration HENRY CHIIRCFIILL OFFICER 04/18/1978 05/28/1991 • Filing a Constwotion COLES Complaint ANN S FERRANTE OFFICER 05124/1983 04/13/1989 Processing Times FRANK DELGER OFFICER 07/01/1971 05/28/1991 m Check Application MOLLERJR Status • Search Fora Surely JERR"Y A WILKINSON OFFICER 04/18/1978 05/24/1983 Bond Insurance HENRY MILLARD OFFICER 04/27/1999 01/24/2003 Company HFILBRON JR r Search fora Workers' MICNAEL_URBAN_MC OFFICER 02/09/1979 03/25/1987 Compensation ELROY Company WILLIAM ANDRFW OFFICER 05/31/1985 03/25/1087 How to Participate SLOANE JR HALLER BERTRAM DECEASED 10/01/1929 04/27/1987 A SCOTT WALTER A OFFICER 10/0111929 05/24/1983 WILKINSON RICHARD HEILBRON OFFICER 07/0111971 04/13/1989 RQBERTS ALFRED VINCENT OFFICER 04/1811978 12/31/1990 OTJEN MARK EDWARD OFFICER 0 4/1 311 9 8 9 BOITANO. 6RIAN_C.KELLY OFFICER 02109/1979 05/31/1985 ARTHVR Bl1RNIQF OFFICER 05/28/1991 01/28/2002 NICKERSON MICHAEL FLITCH OFFICER 0 611 2/1 9 9 7 hitp://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-license/Personnel+L... 7/7/2008 Contractor License Personnel List Page 2 of 3 GUY ROBERT OFFICER 05/24/1963 05/28/1991 KACI IEL DAVID HEN DERSON CEO/PRESIDENT 04/13/1989 08/16/2006 WATTS PATRICK MICHAEL OFFICER 04/13/1989 05/23/2005 COST8N7-0 ERWIN L GREEN RME 09/30/1970 06/26/1979 C10 LEO R WESTWATER DECEASED 06115/1977 03/11/1978 C36 WILLIAM ELWOOD OFFICER 0512811991 BARTON RICHARD ALDEN OFFICER 05/28/1991 04101/1099 LEWIS ROXANE OFFICER 0 5/2 811 9 0 1 CATHERINE ALLBRITTON MI CHAEL_LED OFFICER 05/28/1991 04/27/1999 THOMAS DAVID_RUB_IN_ OFFICER 0 512 8/1 9 9 1 GRAZIAN RICHARD LEE OFFICER 05/2811991 05/19/1997 REDDY JOHN ANTHONY OFFICER 0811612006 FRANICH GARRY MERLYN OFFICER 06/12/1997 06/23/2005 HIGDEM JAMES HILDEBRAND OFFICER 01/28/2002 RORFRTS JAMES MICHAEL OFFICER 01128/2002 CADY RANDY_JgE OFFICER 0 811 6/2 0 0 6 KREMER MICHAEL FRANCES OFFICER 04/27/1999 DONNING KENNETH MICHAEL. OFFICER 0 4/2 711 9 9 9 SMITH MARY GENEVIEV_E OFFICER 01/28/2002 MC CANN-JENNI WILLIAM RMOICEOIPRFS 06/31/1985 C36 GLENW000 DOPEY DARRYL WAYNE OFFICER 08/16/2005 GOODSON BRIAN CHARLES OFFICER 08/16/2006 KAUB RICHARD OFFICER 0 811 6/2 0 0 6 ANDERSON WATTS JIGISHA DESAI OFFICER 09/13/2007 http://www2.cslb.ca.gov/General-Infom7ation/interactive-tools/check-a-license/Personnel+L... 7/2/2008 -PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: AURT AMOUNT CiVy Project NO:, _ MO# " DATE pUbShe :' ' pp .Dates DWIND APP NOTICE I Y ❑N; ❑ , Bid 'Date & Time: .. PROJECT: lLf * I SUCCESSFUL: _1. lJYJ� '�i1/Il�il7mt A/ zr 7. . 3: l g , n •INCOMPLETE 13IDS: . ;.r (Nan-responsive) . f WHY: CONTRACTORS BACKGROUND CHECK:' OEM, d Required? Y ❑ N. I - prracaiFriEoulRm) 'Affidavit of Non-Collusion Signed & Notarized.? ,Y ❑' " i 'Information required of bidder page 'completed? Y N ❑ 'I Type&Amount'of Insurance Required: Contractors License �No. Typels) Status Qp,{� ' •_- �':1�. as No:of days to complete work Working s rCalendar Estimated Start'Date: Estimated Completiori Date: No. of days in'which to execute contract after Notice of ' ' 'Award (deto City,Clark transmits contracts for executlon)['' Davis=Bacon'ExhIb11S (Specify Exhibits to tie comploted by ConYrectvr7) , Any Addenda! Y' N ❑ No.'Addenda Signed by Contractor? Y ❑N BONDS: PERFORMANCE BOND _,/M PAYMENT BOND % CORRECTION REPAIR BOND�. % BID' BONDS: BLANK BID. SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N I� ,'DEPOSITED INT & A7 'Y ❑' N'D FiVe 15) extra sets of bid - specifications for contract execution Unsuccessful Bidders: - CASHIER'S CHECKS? Y,,[] N ❑,, DEPOSITED IN 7 &.A?' ,Y 0 N, ❑ . Attached: Y ❑ N '❑ Which ,Contractor(s):, ❑ Provided Previously'_ DO-'SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y " ❑ Labor Code 1777.5, ,,Y � ❑ Labor Code 1776 'Y lu N ❑ California Standard Specifications �— EDITION, Standard Specifications for Public Works Construction �w _ EDITION DATE: BY: -- DEPT �rl�Prr�.c, —.