Loading...
HomeMy WebLinkAbout05648 - BOND BLACKTOP INC 2007/08 ANNUAL SLURRY SEAL CP 07-18 �o DOG # 2008-0632148 i 10/01/2008 08:00A Fee:NC Page 1 of 1 Recorded in Official Records w� County of Riverside Larry W. Ward Assessor, County Clerk & Recorder 1111111111111IIIIT11111111111111111III1111111111111 S R W PAGE SIZE WA MISC LONG RIFE) COPY l Recording Requested By And I A L al5 azs PcoR NCGR sMF CNG e I When Recorded Return To: " City of Palm Springs Attn: City Clerk (�C1=�G\ C c `] P.O. Box 2743, Palm Springs, CA 92263-2743 _ (SPACE ABOVE THIS LINE FOR RECORDING USE) (EXEMPT FROM RECORDING FEE PER GOV,CORE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 810 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. Tahquilz 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 1911i day of August, 2008. 5. The name of the contractor(if named)for such work of improvement was: Bond Blacktop,Incorporated,P.O. Box 616,2828 Farber Street, Union City, CA 94587. 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: 200712008 Annual Slurry Seal. 7. Nature of Interest: Fee Owner 8. The property address or location of said property is: Various Streets in Sections 23 and 26,Township 4 South, Range 5 East, Palm Springs, CA. 9. City Project No. 07-18, Agreement Number: 564E CITY OF PALM SPRINGS: REVIEWED BY: 9 DATED: /' ISO019 Senior Public Works Inspector K. Lytar BY: �x __ DATED: 2 6y Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion,and knows die contents thereof,and that the facts stared therein are true; that as said City Clerk, he makes ' verification on behalf of said municipal corporation. City Clerk-James Thompson index No. 1308 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Bond Hlackwp,Inc. Dam! August 24,2008 F.O,Box 616 2828 Faber Street Project No- 07,15 Union City,CA 94587 project: 2007IL008 Annual Shiny Seal Change Order No.: Three(3) Contract Purchase No.: M Account Numbers: 134,4498.50" 134.4498-50100 Agreement No-- 5648 CHANGES IN WORVJCOST Section 23 Type H Slurry 51,955 SF @$0.10/SF — $5,195.50 Section 26 Type 11 Slurry -93,594 SF @$0.10/SF = -$9,359.40 Toledo Ave. ,Delete REAS Slurry -279,207 SF @$0.15/SF = 441,881-05 Add Type U Slurry 275,400 SF @$0.10/SF = $27,540.00 Lavern Ave. Delete REAS 9turfy -398,430 SF @$0,15/SF = -$59,764.50 Add Type 11 Slurry 396,641 SF @$0.10/SF = $39,664.10 East Palm Canvon Delete REAS Slurry -380,276 SF @$0.15/SF = -$57,041.40 Add Type H Slurry 350,145 SF @$0,10/8F — $35,014.50 12%Unit price reduction for Type 11 -1,078,609 SF @$0.012 = -$12,943.31 Slurry placed on working days 3-6 due to application rates being below specifications. F TOTAL CHANGE ORDER DECREASE AMOUNT: -$73,575.56 ; REASONS xOR CHANGES: This is a final balancing change order.Additions and subtractions are due to actual quantities placed being more or less than the original estimate. Type 11 Slurry was substituted for REM slung on Alt. Bid Schedules C,D and E due to weather conditions not being suitable for the REAS material. Note: No additional mark ups will be added to any item on this Change Order. All costs are ti final. D.SOURCE OF FUNDS Account No. 4498-50100(slurry seal program) will be credited 1 WIF+' Vln pia I 11 `�i Summary of Costs Contract Time Original Contract Amount: $687,452.15 Original Completion Date: July 9,2008 This Change Order: $•73,575.56 Days Added fnr this C.C.O.: --0-- Previous Change Order(s): $13,205.51 Previous Days Added: --10-- Revised ContractAmounu $627,082.40 Revised Completion Date: July 23,2008 I J� 4 i I have received a copy of this Change City pro -2 Order and the above AGREED PRICES q are acceptable to the contractor. Submitted by Date 1-5 Senior Public Works Inspector i By Approved by 641L Dare 4 l Con:ractor:Bond Blacktop City.Bngineer Date �� �I Approved by Date Ciq*�IanageY 6 Atresre Date 4791 11FIZOLS - f City Clerk - f Distribution: Onsml Executed Copies Conformed-FileCor✓y _ -- -- - Contractor (1) Engineering File (1) _ - Ciry Clerk (1) Senior Public Works Inspector (1) Finance (1) rj t`�APPROVED BY CITY COUNCIL � R tY f, rti / 4 GCS E di -y�` 'o APPROVED BY CITY(MANAGER gy ' o i i, S 4` JUL-29-2000 TUE 08:59 AM CITY OF PALM SPRINGS FAX NO, 7803228380 P. 02/03 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: BonaBlackwp,hw. Dare: July 22,zom P,O.Box 616 2828 Fn} $tveat Project No.: 07-18 Union Cry,CA 94587 Projecc! 2007/2008 Ann al NwTy Seal Change Order No.: Two(7) Connact Purchase Na.; 892 Account Numbers: 134-4498-50" 134.4498-50I00 Agmcmcnt No,; 5648 CHANGES IN WORWCOST New Items Reflective Pavement Markers Lump Sam $786.45 Remove and Replace Pavement Markers Lump Sum $3,937.50 Thermoplastic Hatcluiag Lump Sum $945.00 TOTAL NET CHANGE ORDER INCREASE AMOUNT: $5,668.95 REASONS FOR CHANGES- This change order will replace raised pavementmarkers with reflective pavement markers,andiocludes the installation ofthermoplastic hatching in an eMitto increase visibility and safety around the curve/radius at the intersection of East Palm Canyon and South Palm Canyon. All work to he completed in accordance with City provided striping plan for this location. Note: No additional work ups will be added to any item on this Change Order. All costs are final D.SOURCE OF FTC Account No. 4498-56100 (slurry seat program) will be utilized Summary of Costs Contract Time Original Conmtct Ammo[: T687,451.15 Original Ccn:tplction Date: July9,2008 This Change Order: $5,668,95 pays Added for this G.C.O.: —5-- PomousChangeOrder(s); $7,536S6 Previous Days Added; --5-- litvbed Contract Armunn $700,657.96 Revised Completion.Dace: July 23,2008 7 PA IL.!'��✓�y v�.-.7il��i,�Fti��lRilY�i JUL-29-2003 TUE 09,00 AM CITY OF PALM SPRI140S FAX NO, 7603228360 P. 03/03 1 have received a copy of rhis Change Cry pm Order and tl o aboveAGREED PRICES 2 are acceprahla to the eonuaamr. Subautrad by 6 Dare 7 Serrlar Public Works Inspecror r Approved by cW`L� dare I �F Contm=r:Bondlllackn p CityEngineer Bare 2q (J Approvcdby Pate U '�� Ciry ,Ana ger - - Atces Cb 2�S - city Cexk -- DiaTibutiotu . C.�.'fitF-L�.l l xetnreil C[+ Conform d-rtle Copy Cantractar (1) ENineeringnle (]] Cry Clerk (1) Senior Public Works Irrspeccor (1) Fkmnce (1) �)��gPPROVED BY CITY COUNCIL lA. 2 ' �bllv APPROVED BY CITY MANAGER 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Bond Blacktop, Inc. Date, May 20, 2008 P.O. Box 616 2828 Faber Sueet Project No.: 07.18 Union City, CA 94587 Project. 2007/2008 Annual Slurry Seal Change Order No.. One (1) ContraCt Purchase No.: AccounrNutnbets: �34-t1 {9S. `col t 3`l-ggjy- Ao con Agreement No.: A_r:)b�s CHANGES IN WORICCOST Increase/Decrease to Contract Quantities Alternative Bid Schedule A (Section 25) This bid schedule is being deleted from the contract A. Traffic Control (-$12,224.00) B. Crack-sealing and construction of -488,947 SF c@i S0.10/SF (-S48,894.70) Type II Slurry Seal, including mobilization, and all appurtenant work on various City streets within section 25- C. Removal and replacement of all existing traffic (-$12,181.00) striping (including all non-reflectorizcd and reflectorized raised pavement markers) and pavement markings using flexible bituminous adhesive on various streets in section 25. Alternative Bid Schedule F (Section 30) This bid schedule is being deleted from the contract A. Traffic Control (-$14,890.00) B. Crack-sealing and construction of -595,584 SF @ $0.10/SF (-$59,558.40) Type II Slurry Seal, including mobilization, and all appurtenant work on various City streets within section 30. C. Removal and replacement of all existing traffic (-$10,200.00) striping (including all non-reflectorizcd and reflectorized raised pavement markers) and pavement markings using flexible bituminous adhesive on various streets in section 30. 1 gnlij+C,L 12ur, Various City Streets in Section 23, as indicated on the attached list A. Traffic Control $27,148.00 B. Crack-sealing and construction of 1,035,333 SF @ $0.10/SF S103,533.30 Type 11 Slurry Seal, including mobilization, and all appurtenant work on various City streets (as indicated on the attached list) within section 23. C. Removal and replacement of all existing traffic $34,803.66 striping (including all non-reflectorized and reflectorized raised pavement marlcers) and pavement markings using flexible bituminous adhesive on various streets in section 23 as indicated on the attached list. TOTAL NET CHANGE ORDER INCREASE AMOUNT: $7,536.86 REASONS FOR CHANGES: 5urry seal was performed in sections 25 and 30 on a recent project. As these sections are no longer a priority for maintenance work, they are being deleted from the project. Various streets within Section 23 (as indicated on the attached list), are being added in place of the deleted sections. The additional cost for this change in work is due to differences in quantities between the newly added and the deleted sections. Note: No additional mark ups will be added to any item on this Change Order. All costs are fmal. D. SOURCE OF FUNDS Account No. 50000 will be utilized — `* 7, 5 E3 Summary of Costs Contract Time Original Contract Amount $687,g52.15 Original Completion Dare: July 9,2008 This Change Order: $7,536.86 Days Added for this C.C.O.: —5— Previous Change Orde'(s):$0 Previous Days Added: —0— Revised Contract Amount. $694,989.01 Revised Complenon Date: July 16,2008 2 I have received a copy of this Change City provah Order and the above AGREED PRICES l are acu pntble w the conttacror. Submitted by Dare Senior Public Works Inspector Approved by Dam Conrrmtov Bond Blacktop Ciry-Engineer Date! Approved by Daze ACIty er A= Dare rJ1'a r7 DiscributiomQ=nal !! ti .I 5sated Comex - Conrtacror (1) Ingineering File (1) City perk (1) Senior Public Works Inspector (1) i Finance (1) APPROVED BY CITY COUNCIL APPROVED BY CITY MANAGER J { Y . Q i 3 y f INDEX QUANTITY D-------m = MARSELITE POLE_ ____ __._ _ -_ _.. = POWER POLE W/UraiiT—.- ,—_____.__t _--.- A Q = POWER POLE AVAILAALE (Cn E _RWR) _ _---_______ _ = POWER POLE AVAILABLE 9._ •-m-4 = POWER LIMES (F[EE.q FASMEHT) _-_ I ul RA.ErJH' R°AY `Il '* CC 55 �..I.. CAMIll ThN=wR, CR EEa CHANNEL . ._. ..,. �__�.,..,,.... .. L 1 � 4 NF$DIIITE AV --- nT ANIIILLA r y �• aCHOUI i' Ono i 11VI[RNC DN. K LLiHDRE � � YD=9wGG qp�p T t !LM Sw VI ON O s R... AltMA 1• pJ r. . S S eLLTI1ORc Affw[nn[a \xCx DnVLWA L f � 1 EwSs PALM "WYON AkEVE 6'l�l� � pt✓TEr1�titl�u' � tN T= I�LJ � pSS'f �3i W I LL wMtC - r SECTION 23-4.4 Ff Trud'A Toe6a' PC'I' CALLE ABRONIA 2344495 RAMON ROAD CAMINO PAROCELA 22,755.00 78 CALLE AJO 2344475 RAMON ROAD CAMINO PAROCELA 19,872.00 53 CALLE CHIA 2344480 CAMINO PAROCELA CALLE ROCA 6,944-00 61 CALLE PALO FIERRO 2344500 RAMON ROAD CAMINO PAROCELA 19,584.00 63 CALLE PALO FIERRO 2344505 CAMINO PAROCELA SUNNY DUNES ROAD 18,990.00 63 CALLE SANTA ROSA 2344490 CAMINO PAROCELA RAMON ROAD 19,616.00 63 CAMINO PAROCELA 2344460 WARM SANDS DRIVE CAMINO REAL 23,265,00 63 CAMINO PAROCELA 2344465 CAMINO REAL CALLE PALO FIERRO 26,235.00 65 CAMINO PAROCELA 2344470 CALLE PALO FIERRO E PALM CANYON DRIVE 47,016.00 72 CAMINO REAL 2344095 NORTH RIVERSIDE SUNNY DUNES ROAD 21,123.00 62 CAMINO REAL 2344100 SUNNY DUNES ROAD RAMON ROAD 59,878,00 72 GRENFALL ROAD 2344445 RAMON ROAD SUNNY DUNES ROAD 41,976.00 68 HERMOSA DRIVE 2344080 SUNNY DUNES ROAD SAN LUCAS ROAD 8,140.00 62 HERMOSA DRIVE 2$44085 SAN LUCAS ROAD NORTH RIVERSIDE DRIVE 6,816.00 70 HERMOSA DRIVE 2344090 NORTH RIVERSIDE DRIVE SAN LUCAS ROAD 6,81600 70 INDIAN TRAIL 2344515 SUNNY DUNES ROAD CAMINO PAROCELA 23,04000 63 INDIAN TRAIL 2344520 CAMINO PAROCELA RAMON ROAD 22,671.00 53 INDUSTRIAL PLACE 2344065 CALLE PALO FIERRO SUNNY DUNES ROAD 21,952.00 60 NORTH RIVERSIDE DRIVE 2344070 SUNNY DUNES ROAD CAMINO REAL 62,091.00 70 NORTH RIVERSIDE DRIVE 2344075 CAMINO REAL SUNRISE WAY 95,400-00 74 PAROCELA PLACE 2344540 WARM SANDS DRIVE CAMINO PAROCELA 19,179,00 62 SAN LUCAS ROAD 2844055 SUNRISE WAY CAMINO REAL 99,616.00 65 SUNNY DUNES ROAD 2344045 S PALM CANYON DRIVE CALLE PALO FIERRO 41,913.00 67 SUNNY DUNES ROAD 2344060 CALLE PALO FIERRO SUNRISE WAY 141,660.00 66 THORNHILL ROAD 2344110 SUNNY DUNES ROAD RAMON ROAD 40,669-00 64 VISTA ORO 2344526 RAMON ROAD CAMINO PAROCELA 19,680.00 61 VISTA ORO 2344530 CAMINO PAROCELA SUNNY DUNES ROAD 19,936,00 61 WARM SANDS DRIVE 2344450 SUNNY DUNES ROAD RAMON ROAD 56,457.00 70 WARM SANDS PLACE 2344535 SUNNY DUNES ROAD WARM SANDS DRIVE 21,343.00 70 1,035,333.00 TOTAL eAtH:E PA 6 FiER�11� 28,41&.88- "ERSIBE BRIVE- _?d ENE) 19'425�'ae II AGREEMENT THIS AGREEMENT made this ZS-'*day of dafr� l.&-- 2006 , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and BOND BLACKTOP, INC. 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 SLURRY SEAL CITY PROJECT NO. 07-18 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal on various City streets in Sections 25 and 26, Township 4 South, Range 4 East; and Section 30, Township 4 South, Range 5 East; traffic striping; and all appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself 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 SLURRY SEAL ,,, AGREEMENT FORM CITY PROJECT NO.07.18 ,J.-,. .-„_; �� ^T AGREEMENT AND BONDS-PAGE 1 2/15/08 Iri�I�Lh/v.L 1- ,. . ARTICLE 3 -- CONTRACT PRICE ($687,452.15) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s)- ARTICLE 4-- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule($), 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 o to 0 , 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 SLURRY SEAL AGREEMENT FORM CITY PROJECT N0.07-18 AGREEMENT AND BONDS-PAGE 2 IM 9/AR r , 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 42il 02, 2008 City Clerk Agreement No. A5548 APPROVEDAS TO FORM: !U APPROVED BY MY COUNCIL By �� l/1 City Attorney Date �," �-, ' /� - c)5�;k CONTENTS APPROVED: By_ � City Engineer Date JI d� C By-. �r City Manag Date 04 2007/2008 ANNUAL SLURRY SEAL AGREEMENT FORM . . -- - .. CITY PROJECT NO..07-18- - _--.._--.__ . _ _ 2/15/08 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Bond Blacktop, Inc. Check one:—Individual_Partnership%Corporation Address: P.O. Box. 616 Union City, CA 94587 BY �J6ry A By. See Letter of Resolution Signature (notarized) Signature(notarized) Name: Edward Dillon Name: Title: President Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of California - ❑ State of ❑ County of Alameda ❑ss County of ❑ss On See Attached Acknowledgement On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) 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($) 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. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct, paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 AGREEMENT FORM 2115108 AGREEMENT AND BONDS-PAGE 4 L BOND BLACKTOP, Inc. ICOMPY.E,TE ASPHALT MAMT ENANCE C'erlificati0rt by 'seeretary of Col-pol-Ac Resollttion At the ntecling of the DII'Ql [ors of Bold L31a U0p, Tnc , a corporation organised and existing undoi the lawn of Ih0 �IaIC of ('.Illfurnia, di.ily called and held in accordance wllh the arucics of uicorhuralion and bylaws ul the rurpor,inon at ILs office 0n April 22"`I, 2004 at Much a dn0rum of the directors was prcncnl the Collowiii resoluti0n was adapted to wit Resolved, That E'Ckv nd Dillon, President and `ieorelary is horohy authorvcd to sign anuracly/agreunionl,, in Iw nanic0l and on behalfuft";ond Fla01<top, Inc, I, 1�d vald Dillon, Scrrcla y01,Rond 131ac•hlop Inc , do hereby certify that 1 aI11 Secretary OWN corlwmuou and that the. above Is a full, true, and correct copy or a 1-e801kulion of the HOW of Dircclols ofsaid corporation, duly adapted at the meeting held 0n Apnl 22" 2004 and M Said resolulion has nol hccn revoked nr rescindod. III witnusN whcrcnf, 1 have hereunto ,tiuhonbrd my name and affixed the seal of said corporation Dale• ------ 1"dward I)illou, sucrolw- P.0 Box 616, Union City,, CA 94587 Phone (510) 441-9981 Fax (5110) 441-9982 Omwaot -W NAGU2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Alameda 1i On April 11, 2008 before me, Kristin Ericson, Notary Public Do no Here Insert Name and Title of the Officer personally appeared Edward Dillon Nvmris)ol Slgner(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name( is/are subscribed to the within instrument and acknowledged to me that hefs�executed the same in his,'herkhetr authorized capacity(es), and that by hlsfherftherr signatures) on the Instrument the person(s), or the entity upon behalf of which the personfs) acted, executed the instrument. Kssiot7 1 certif under PENALTY OF PERJURY under the laws Commission ##� 17690{9 7�9 Y Notary Public-Calitorna of the State of California that the foregoing paragraph is Alameda County true and correct. Carnet .lonitl•2012 WITNESS my hand and official seal. Signature�a_1_. l P_a.^3•�FT� Place Notary Seal Above \ Slggatum of Notary Public OPTIONAL Though the information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and realfaehment of this farm to another document. Description of Attached Document Title or Type of Document: Agreement 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—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ ❑ Partner—❑ Limited ❑ General * Attorney in Fact -- El Attorney in Fact - ❑ Trustee "rov�I In�l�rin Ilcrc El Trustee rep ar thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: Q200]NaLonsl Nolery Assoclstlon-B350 De Soto Ave,P.0Box 2402-Chatsworin,13A 01313-24W•—NaOomlNolaryor9 Item ttiSDT eoordnr'C]IIToII•Fmc1.6OD-6]G-C62] 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 The City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 E.Tahquitz Canyon Way Palm Springs, CA 92263 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED TO: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO Bond Blacktop, Inc. 746432 4 MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5 CITY 2828 Faber Street Union City 8. ZIP CODE 7. TELEPHONE NUMBER 94587 510-441-9981 � 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) 3200 E.Tahquitz Canyon Way Palm Springs, CA 92263 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 07-18 2007/2008 11 $648,452.15 11. STARTING DATE(ESTIMATED OR ACTUAL) 12, COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 06 / 02 / 2008 µLSE NUMBERS) 06 / 25 /2008 ( (u56 NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL ETC.) 14• Street Slurry El NEW CONSTRUCTION ALTERATIONS 15, CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) General Laborer, Equipment Operator 16, Is language included In the Contract Award to effectuate the provision of section Yes No 1777.5,as required by the Labor Code?................................................................ Ex] Ll Is language Included in the Contract Award to effectuate the provisions of Section Yes No 1776,as required by the Labor Code?.................................................................. 17 SIG E 18. TITLE 19. DATE I Manager 04/22/08 _ L 20. PRINTED ORVYP6 NAME 21. TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement&Contracting 760-322-8368 Duplication of this form i5 pcfmissl6le DAS 13(rev.5101) 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 SLURRY SEAL CITY PROJECT NO. 07-18 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 None 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. 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO,07-18 BID AGREEMENT 2/15/08 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 03/17/08 Bidder: Bond Blacktop, Inc. By: —( 8 = aa� L — Edward Dillon (Signature) Title: President 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 BID AGREEMENT 2115/OS BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 25, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No, Quantity Price 1- Traffic Control 1 LS $A2,zzy Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 488,947 SF $ o, % $ �'8�/`��- -7p City streets (as listed in the Appendix) within Section 25, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all l�2Zl.UG non-reflectorized and reflectorized 3' raised pavement markers) and 1 LS 7z $� pavement markings, using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) SV 7 /f1uu�A / r E 7K.veG Gc��l7rc/ Vr,v? c�I/em s ir�'4� (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115/08 BID FORMS-PAGE 4 ALTERNATIVE BID SCHEDULE A Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 25, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price f 1. Traffic Control 1 LS ��`/ Crack-sealing and construction of Type II Slurry Seal, including mobilization, J 2. and all appurtenant work on various 488947 SF $ 6•7b $ City streets (as listed in the Appendix) within Section 25, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all 3 non-reflectorized and reflectorized ,I LS $ 121 �c / /7 /gy,b D f raised pavement markers) and pavement markings, using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE A: (Price in figures) FS[ / y�r-���f,'E£-- 7 r2c�1�n,.�s[l� rc(lc�%77i.�N•:G4F Mnv'-'� �-/t.i�v c (Price in words) Bprd Blacktop, Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2/15108 BID FORMS-PAGE 5 BID SCHEDULE B Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL. CITY PROJECT NO. 07-18 Various City Streets in Section 26, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $ yGr 97 Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 1,879,101 SF $ 6, iC) $_��7`lre, City streets (as listed in the Appendix) within Section 26, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised pavement markers) and pavement i g, markings using epoxy adhesive. 1 LS $7"n3 $ Note: This bid item does not include removal and replacement of traffic striping on East Palm Canyon Drive, La Verne Way, or Toledo Avenue, TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) (Price in words) �Ik� Bond Blacktop, Inc. p " Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115/08 BID FORMS-PAGE 6 ALTERNATIVE BID SCHEDULE B Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 26, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $ Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 1,879,101 SF $ U� � $ /�7rfip _rp City streets (as listed in the Appendix) within Section 26, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised f pavement markers) and pavement markings using flexible bituminous 3. adhesive- 1 LS $!61 7 3u $ ���idG Note: This bid item does not include removal and replacement of traffic striping on East Palm Canyon Drive, La Verne Way, or Toledo Avenue. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE B: (Price in figures) �C�y�o,v��d rr��y - G�.uE �a�x'SFI.v�y �i35 ,�u�.o��L� •�S Qp/�,�c.3 (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL " CITY PROJECT NO-07-18 UNIT PRICE BID SCHEDULE 2J15108 BID FORMS-PAGE 7 BID SCHEDULE C Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Toledo Avenue, from Murray Canyon Drive to La Verne Way in Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price / 1. Traffic Control 1 LS $ b.700 $ /6 7 moo.G-r� ✓ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 2 Seal, REAS (or FLEX SEAL), including 279,207 SF $ A/ $ mobilization, and all appurtenant work on Toledo Avenue, from Murray Canyon ❑rive to La Verne Way. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised pavement markers) and pavement _ 3. markings, and installation of traffic 1 LS $ c cli.'` & $ 2- striping, signage, and markings in accordance with the "Toledo Avenue Traffic Restriping Plan" using enoxv adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE C:/ (Price in figures) JA)euryla� UiuF �}GSHcI � �CLc C (Price in words) Bond Blacktop, 'Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2/15/08 BID FORMS-PAGE 8 ALTERNATIVE BID SCHEDULE C Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL. CITY PROJECT NO. 07-18 Toledo Avenue, from Murray Canyon Drive to La Verne Way in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $ �Dd $ if?y 7eoo 0 ✓ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 2 Seal, REAS (or FLEX SEAL), including 279,207 SF $ mobilization, and all appurtenant work on Toledo Avenue, from Murray Canyon Drive to La Verne Way. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised pavement markers) and pavement 3. markings, and installation of traffic q $�� Son �z e)0 J striping, signage, and markings in accordance with the "Toledo Avenue Traffic Restriping Plan"' using flexible bituminous adhesive. TOTAL. OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE 0 C- $ 7r, r� �1. s (Price in figures) C s (Price in words) u� Bond Blacktop, Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115/08 BID FORMS-PAGE 9 BID SCHEDULE D Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 La Verne Way, from S. Palm Canyon Dr, to E. Palm Canyon Dr. in Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price 1 1. Traffic Control 1 LS $ $ Z7 fod. oo /1 Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 2 Seal, REAS (or FLEX SEAL), including 398,430 SF $ C). 1S— $597�_ J mobilization, and all appurtenant work on La Verne Way, from S. Palm Canyon Dr. to E. Palm Canyon Dr_ Removal and replacement of all existing traffic striping (including all non- �U 2 Gy �(� ZCao•u a 3. reflectorized and reflectorized raised 1 LS $ $ pavement markers) and pavement markings using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE D: L (Price in figures) (Price in words) z;f�1-s Bond Blacktop, Inc. U Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115108 810 FORMS-PAGE 10 ALTERNATIVE BID SCHEDULE D Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO, 07-18 Toledo Avenue, from Murray Canyon Drive to La Verne Way in Palm Springs, California Item Description Estimated Unit Unit Amount No- quantity Price 1. Traffic Control 1 LS $ Z 3 $ 7 9oc d o Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 2 Seal, REAS (or FLEX SEAL), including 398,430 SF $ �"�� $ •jam �`� mobilization, and all appurtenant work on La Verne Way, from S. Palm Canyon Dr. to E. Palm Canyon Dr. Removal and replacement of all existing traffic striping (including all non- l 3 reflectorized and reflectorized raised 1 LS $/� aeU $ pavement markers) and pavement markings using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE D: $ /0Z' 17�e/e 5-0 ✓ (Price in figures) (Price in words) Bond Blacktop, Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO-07-18 UNIT PRICE BID SCHEDULE 2115108 BID FORMS-PAGE 11 BID SCHEDULE E Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way in Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price 1_ Traffic Control 1 LS $ �• $ ZZ�3[�o` dQ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 9 2 Seat, REAS (or FLEX SEAL), including 380,276 SF $ l`'`o J mobilization, and all appurtenant work on E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way. Removal and replacement of all existing traffic striping (including all non- _ 3. reflectorized and reflectorized raised 1 LS $Z Oo'o $ �S Goo pavement markers) and pavement markings using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE E/: // (Price in figures) ��� (atc�•c���'c��G�cu; r`taufrra:el. G�lh/!'� /7crn=�t'�C7d`C�27/� OrJe; (Price in words) / r� �7 v/lo o Bond Blacktop, inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115108 BID FORMS-PAGE 12 ALTERNATIVE BID SCHEDULE E Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price / 1. Traffic Control 1 LS ZK.4��j / $ �{ °� °� ✓ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry / 2 Seal, RFAS (or FLEX SEAL), including 380,276 SF $ mobilization, and all appurtenant work on E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way. Removal and replacement of all existing traffic striping (including all non- 3 reflectorized and reflectorized raised 1 LS $ /� POD $ / , cv • �h f pavement markers) and pavement markings using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE E: (Price in figures) yI/� A. 'Zy e{') cvi7`7._ L�r� C�01�/A/t5 J (Price in words) Bond Blacktop, Inc. ylN� N f Name of Bidder or Firm I i 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO,07-18 UNIT PRICE BID SCHEDULE 2115108 BID FORMS-PAGE 13 BID SCHEDULE F Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 30, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $/ §riD $ /Y� �� Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 595,584 SF $ 6 . tC $ L 53a�ra J City streets (as listed in the Appendix) within Section 30, Township 4 South, Range 5 East. Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised 1 LS $ /'y' `ld0 610Dan pavement markers) and pavement markings using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE F: $ �, (Price in figures) (Price in words) 3f,gc�� Bond Blacktop, Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2116/08 BID FORMS-PAGE 14 y ALTERNATIVE BID SCHEDULE F Schedule of prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 30, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1, Traffic Control 1 LS �Ff�``°' Crack-sealing and construction of Type II Slurry Seal, including mobilization, / 2 and all appurtenant work on various 595,584 SF �` !O Sl���lG ✓ City streets (as listed in the Appendix) within Section 30, Township 4 South, Range 5 East. Removal and replacement of all existing traffic striping (including all non- 3 reflectorized and reflectorized raised 1 LS $ )(>>ZCV 2 Ccg' pavement markers) and pavement markings using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE F: (Price in figures) (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH F (BASIS OF AWARD): (Price in figures) 4: c �r/1�� <z> ram_. l�4�_�t� 7G)/L7��u (Price in words) —� QUANTITIES OF WORK; The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly not 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. Boyd Blacktop. Inc. Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO-07-18 UNIT PRICE BID SCHEDULE 2/15/08 BID FORMS-PAGE 15 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which Will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1._ Ey, IeL-c, 7 Y6/-- � (off �S G J , � 7��sei '05 2. 3. 4. 5, 6. 7. 8. 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 2115108 LIST OF SUBCONTRACTORS BID FORMS-PAGE 16 NOWCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Alameda ) I, Edward Dillon being first duly sworn, deposes and says that he or she is President of Bond Blacktop, Inc. the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, Company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder Edward Dillon By FAA Title President Organization_ Bond Blacktop, Inc. Address P.O. Bor. 616 Union City, CA 94587 I II 200712008 ANNUAL SLURRY SEAL **SEE ATTACHED ACKNOWLEDGEMENT** CITY PROJECT NO.07-18 NON-COLLUSION AFFIDAVIT 2115/08 BID FORMS-PAGE 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Alameda J} On March 17, 2008 before me, Kristirt Ericson Notary Public O�Io Hera lasart Name antl Title of me 011icer personally appeared Edward Dillon Name(a)of Slgoer(s) who proved to me on the basis of satisfactory evidence to be the person(,*whose name(,* isfate subscribed to the within instrument and acknowledged to me that he/she}they executed the same in hisATer/their authorized capacity({es , and that by his/hrcrftheir signature(,*on the instrument the person(,), or the entity upon behalf of which the person(s) acted, executed the instrument. KRISIINERICSON I certify under PENALTY OF PERJURY under the laws 0Commwlan! 178901119 of the State of California that the foregoing paragraph is Notary PuOlIc-California true and correct. Atanioda County 111illiCainniuMJ3011,20112 WITNESS my hand and official seal. g C (6�1 , � Si natur t �_ c LN Place Notary Seal Above \ —Slgnaft4r Nolary PubLr. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Non—Collusion Affidavit Document Date: Y Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual 7Individual ❑ Corporate Officer—Title(s): 7 Corporate Officer—Title(s): LJ Partner—❑ Limited F-1 General _ ❑ Partner—❑ Llmd-d ElGeneral LJ Attorney in Fact 7 Attorney in Fact 11 Trustee Top°f thumb here El Trustee 'top of lnumn hero ❑ Guardian or Conservator LJ Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: u92007 National Notary Aeeoclatlon•P350 De Soto Ave POOcx 2402•Chatnvorth CA 91313-2402•www NaloiulNol;Iryor9 Item 115907 Reorder.Cell Toll-Free 1-000-970-M27 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: Bond Blacktop, Inc. 2828 Faber Street Union City. CA 94587 2. CONTRACTOR'S Telephone Number-, ( 510 ) 441- 9931. Facsimile Number: ( 510 ) 441-9932 3. CONTRACTOR'S License: Primary Classification A State License Numbers) 746432 Supplemental License Classifications Alone 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety International Fide..- t- Address 1575 Treat Blvd. //203 Walnut Creek, CA 94598 Surety Company ABD Insurance Servires Agent Telephone Numbers: Agent ( 510) 431-2300 Surety(925 ) 256 8760 5. Type of Firm (Individual, Partnership or Corporation): CorPoratzmi 6. Corporation organized under the laws of the State of: Califnrni.a 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: _Edward Dillon, President/ P.O. Boy. 616 Secretary/Treasurer Union City, CA 94537 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 BIDDER'S GENERAL INFORMATION - 2/15/08 BID FORMS-PAGE 20 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 20 g. List at least three related projects completed to date: **SEE ATTACKED** a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed I 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 V Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Julio Rodriguez 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. 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 BIDDER'S GENERAL INFORMATION 2/15108 BID FORMS-PAGE 21 BOND BLACKTOP, INC. P.O. Box 616 Union City, CA 94587 Ph: (510) 441-9981 Fax: (510) 441-9982 Contractors License No.746432 PROJECT REFERENCES CITY OF PALM SPRINGS CITY OF CORONADO 3200 E. Tahquit7 Canyon Way 1395 First Street Palm Springs, CA 92262 Coronado, CA 92118 2005/2006 Annual Slurry, Seal Slurry Seal Pavement Maint. FY 05-06 Proiect No. 05-19 Contract#06-CO-ES-342 Completed: March 2006 Completed: October 2006 Contract Amount: $402,824.00 Contract: $252,698,00 Contact: Pete Agres (760) 323-8253 Contact: Ngyra Stebbins, P.E. (619) 522-6571 2004/2005 Annual Slurry Seal Slurry Seal Pavement Maintenance FY 04-05 Project No. 05-02 Contract#05-CO-ES-313 Completed: July 2005 Completed: June 28, 2005 Contract Amount: $766,455-00 Contract Amount $102,963-50 CITY OF SAN CLEMENTE COUNTY OF MERGED 910 Calle Negocio, #100 715 Martin Luther King Jr. Way San Clemente, CA 92673 Merced, CA 95340 (209) 385-7331 Annual Street Slurry SealingLRR.E.A,S.) Program FY 2006-07 Chip Seal Various Roadways Completed: December 2006 Completed: September 2005 Contract Amount: $172,700.00 Contract Amount: $88,325.00 Contact: Gary Voborsky (949) 361- 3U CITY OF RANCHO MIRAGE. 69-825 Highway 111 Rancho Mirage, CA 92270 Type I R.E.A.S. Project#06-220 Completed: December 2006 Contract Amount: $369,689.00 Contact: Michael Schlange, (760) 770-3224 *R.E.A,S. on portions of project accinghnnt r M()(J-2007CitylabReroKmices Rev.4/20/2007 03/03/2008 NON 14:35 FAX 510 441 9982 1002/002 BID BOND KNOW ALL MEN BY THESE PRESENTS, That Bond Blacktop, Inc_ as Principal, and International Fidelity Insurance Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City" in the sum of: Ten Percent (10%) of the Total Amount Bid--- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves,our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Sohedule(s)of the Citys Contract Documents entitled: 200712003 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 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 5ch day of March 200 B PRINCIPAL- Bond slac)ctop, Inc. Check one: individual,_partnership, X corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary.Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: International Fidelity Insurance company signature (NOTARIZED) Print Name and Tide: Edward Dillon, President [j}^n 1 Sy ` llyaj sy signature C signature (NOTARIZED) (NOTARIZED) , Print Name and Tide! Print Name and Tole: Erin Baucista, Attorney-xn-Fact 2007r200a ANNUAL SLURRY SEAL BID BOND(BID SECURITY FORM) CITY PROJECT NO,07.1a BID FORMS PAGE 19 try 5108 California All Purpose Acknowledgment State of California County of San Mateo On March 5, 2008 before me, _Jean L. Neu, Notary Public Date Name&Title of Officer/Notary personally appeared Erin Bautista Names(s) of Signers(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names} is/are subscribed to the within instrument and acknowledged to me that tie/she/##e+} executed the some in his/her/ authorized capacitypas-, and that by #pis/her/#weir signatures} on the instrument the person4, or the entity upon behalf of which the persons} 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. _ yip.: Commission i6 $ ,WITNESS rrpy ha and official seal. zfoml Nofary Public-Ca1L`ornla r p„ rtim'j Son Mgteo Coun7y (' Comm.Expires rc-c 27,200Z ` Notary Public ------ OPTIONAL (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\d ocs\surety\forms\nota ry.doc Tel (973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE:ONE NEWARK CENTER,20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BID BONDIRII)ERICONSENTS/AFFMAVITS KNOW ALL MIEN BY THESE PRESENTS: That INTERNATIONAL FIDFJrrY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey,and having its principal office in the City of Newark,New Jersey,does hereby constitute and appoint ................ .......I....... ....... .. . ... ....... BRYANI). MARTIN, B.A. POITEVIN, JEAN L. NEU, ERIN BAUTISTA Redwood City, CA. ....................... .. . .................................. ....... ................................. ........................................................ ................................ its true and lawful xttomcy(s)-m•fact to execute,seat and deliver for and on its behalf as surety,an and All bonds and undertakings,contracts of indemnity and Ither.w . s obligatory in the hature thereof,which am or may be allowed. required 0 crimme b law,Stamm rule re lation,contract or otherwise and c cne of well insmimern(s) in pursuance of these presents, shall be as biasing upon le said NRINking]NAL FIDELITY NalluMF COMPANY,as fully And imply,To all invents and purposes, as if the same had been duly executed and acknowledged by its regularly elected offlaccs a[its principal office. This Power of Anarris executed,and ma c revoked pursuant to And by ambunry of Article 3Zecdon 3,of the B�Laws adofted by the Board of ni INTERNATIONAL Dircemnf MELITY be COMPANY At a meeting called and held on the 71h day of cbruary, 974. The president or any Vice President, Executive Vice President.Secretary or Assulam Scerciary,shall have power and authority CI)To appoint Anomays-in-fact,and to authoritc them to exccuu:on behalf of the Company,and attach the Seal or the Company thereto,bonds and undeniking5,contracts of indemnity and other writings obligatory in the nature thereof and, C2)To remove,at any time.Any such zinummy-m-fact and revoke the authority given. Further,this Power of Aaorp%is signedand scaled by facsimile pursuant to resolution of the Board of Directors of said Company adopted in a meeting duly called and held on the 291h day a April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seat of the Company,may be affixed to any such ewer of attorney or any cenificarc misting thereto by facsimile,and any such power of attorney or certificate bearing such facstruic signatures or facsimile scapshall be valid and binding upon the Company and any such power so executed and conified by facsimile signatures and facsimile seat shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,INTERNATIONAL FIDELITY INSURANCE COMPANY has"used This inseumcm to be signed and its COrPOIRIC S021 to be affixed by its authorized officer.this 291h day of August,A.D.2003, SEAL � INTERNATIONAL FIDELITY INSURANCE CO NY STATE OF NEW JERSEY County of Essex secrets On this 29di day of August 2003. before me came the individual who executed the di Instrument to me Personal known and, being me duly c mX J MPXRZ;that the an swum said The U�TERNATFUWAL FIDELITY INSURANCE by to , �,s he is the therein described and Authorized officer of said is the Corporate Sail of said Company; that the said Corporate Seat and his signature were duly affixed by order of the Denird or Directors of said Company. IN TESTIMONY WHEREOF,I have hereunto set my band affixed my Official Seat, ;6i at the City of Newark.New Jersey the day and year first above written. 0 NOTARY PUBLIC NIS JF A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov-21,2010 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Afforricy and affidavit,and the copy of the Section of the By-Laws:of said Company as set forth in said Power Of Attorney,with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY,and that the same are correct transcripts thereof,and of[he whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have herturim set my hand this Sth day of March 2008 Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Alameda On March 17, 2008 before me, Kristin Ericson, Notary Public Date Hero Insert Name and I Itle of the Officer personally appeared Edward Dillon Name(s)of Signers) who proved to me on the basis of satisfactory evidence to be the persons}whose name(a)iskKr- subscribed to the within instrument and acknowledged to me that he{sheftfaey executed the same in hisfhen4heir authorized capacity(, and that by hisiherAheir-signatures}on the instrument the person(s); or the entity upon behalf of which the person(s�acted, executed the instrument. --- - - - - - - - - - KRISTINERICSON I certify under PENALTY OF PERJURY under the laws commkil i 17e4W9 of the State of California that the foregoing paragraph is Notary Public-California true and correct. Alameda County con.n .IwtIe.T012 WITNESS my hand and official seal. Place NotarySeal Above Signatures- 9lmturcvf Notary Public OPT/pNAI. Though the informatlon 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: Did Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(tes) Claimed by Signer(s) Signer's Name: Signer's Name: Li Individual ❑ Individual C7 Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact • • - [I Attorney in Fact • - ❑ Trustee Top of thumb hors ❑Trustee Top of thump here D Guardian or Conservator ❑ Guardian or Conservator Z] Other: ❑Other: Signer Is Representing: Signer Is Representing: 02007Netlonel Notary Avooalpn•0350 De Soto Ave,Pa Box 2402-Chaeworfh CA D 1313-2502-v NabonslNolary.oig Ron,05907 Reorder Call Toll-Free l­BD0417 327 BOND BLACKTOP, Inc. C0I4IPI.IFTIE ASpNALT MAINTENANCE ( N011cmioh by$ecru y of C o)'porale Rowuiim[ At the nicc[my of 111C r)IICLLnrS of Road 8haklup, hs., a eol wmhn orSatntul and extspng undbr R lama Urot Slnlc ofL:ahfnrnl,l, duly wiled ,mil held in c[CCprdartcc with (}le arlicici,al iprolpurdion ;tad 1)y1Nwe cil the unpnr,limn,d Lts nfliec on April 22"0 7(1111 ,owhich .tcluoiumctlM dIICClnrgw,ttipre.nclllLhclollowlnp,)-cSokgiOoWAS acloptal o wit Rmllvcd, dial 17dwold Dillon, Preanlonl and Scciclary is hereby nudhnriyetl to sign ccnttr,[o[:;/agruemeuts in dhc, nam:of and on Wall of Bond t3laeMgY Inc 41 lwmtd 1)Illon, Sumel,ryof Bond RIAcIVIPp Inc du hereby OCrtlfy dog I ant Scorclnry of eauf corpol,mnu awl 01ad fltd,ahouc is a full, Iruc, ,1110 correct copy nl' a ecsolutlo❑ of[!te'I,30;utl ul l7irccUna ol•said Cprpornuno, duly adopla.l [1l lit;mewwg held on Apt d 211 Ad ,Ind dml stud 1010100011 h,u liul horn rwolced o7 Icstutdcd fn witness whcivoO I havo haLoNo ;iuhserll)cd my nAuib and aflixccl Ilic Solt) of S,ud ua pot aliou. pate Ldst•[trd hlllnu, ;,u;rrt<c P-0. sox 616, Union City, CA 94587 Phone (510) 441-9981 fix (510) 44,1-9962, \'Qn%m-:t Lic 07Ad An$ CITY OF PALM SPRINGS, CALIFORNIA 0 PUBLIC WORKS & ENGINEERING DEPARTMENT • . • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • SPECIAL PROVISIONS 0 FOR CONSTRUCTION OF THE: • i. 2007/2008 ANNUAL SLURRY SEAL . CITY PROJECT NO. 07-18 s -0 IN THE CITY OF PALM SPRINGS • . February 2008 • • • ?ALAI S • i U cOi� x ro 0 * RrORA-10 C 1 FO RN\P • w David J. Barakian, P.E., City Engineer • . Bids Open: March 18,2008 0 Dated: February 15, 2008 • • • • CITY PROJECT NO. 07-18 • • • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • • • • QROFESS/pN • �� ����,gCt15 L pL '9CF2 • Marcus L. Fuller Ma C•5n�1 • Assistant Director of Public Works/ * • Assistant City Engineer Civil Engineer C 57271 • OP M-fi • • • Approved by: • • • • • David J. Barakian, P.E. Director of Public Works/City Engineer • Civil Engineer C 28931 • • • • • • • • • • 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 2115108 SIGNATURE PAGE • ONOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 41 Notice Inviting Bids • Instructions to Bidders • Bid Forms 0 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 40 PART II -- SPECIAL PROVISIONS • Section 1 - Terms, Definitions, Abbreviations, and Symbols • Section 2 - Scope and Control of Work • Section 3 - Changes in Work 0 Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work • Section 7 - Responsibilities of the Contractor 0 Section 8 - Facilities for Agency Personnel . Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" Listing of streets Street maps City of Palm Springs Standard Drawings No. 625 Caltrans Standard Plan No. A20A, A20B, A20D and A24A CrafcoTm Polyflex Type 3 Sealant Product Data Sheet • 2007/2008 ANNUAL SLURRY SEAL . CITY PROJECT NO.07-18 SPECIAL PROVISIONS 2/15/08 GENERAL CONTENTS-PAGE 1 • • • CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT • PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Notice Inviting Bids Instructions to Bidders • Bid Forms • Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit • Bidder's General Information Bid Band (Bid Security Form) Agreement and Bonds Agreement Form . Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance • 2007/2008 ANNUAL SLURRY SEAL . CITY PROJECT NO.07.18 PART i CONTENTS 2/15108 PAGE 1 e e e e CITY OF PALM SPRINGS e e NOTICE INVITING BIDS 2007/2008 Annual Slurry Seal City Project 07-18 e N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2007/2008 Annual Slurry Seal, e City Project 07-18, will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 2:00 P.M. on March 18, 2008, at which time they will be opened e and read aloud. The Engineer's Estimate is $750,000. • e N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt_ rubber sealant material in designated pavement cracks on various streets; installation of e asphalt concrete in designated pavement cracks on various streets; construction of rubberized e emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal e on various City streets in Sections 25 and 26, Township 4 South, Range 4 East; and Section 30, Township 4 South, Range 5 East; traffic striping; and all appurtenant work. e N-3 AWARD OF CONTRACT: e (a) The City reserves the right after opening bids to reject any or all bids, to waive any e informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A through F, inclusive, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid e Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance, e e N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price of the total sum of Bid Schedules A e through F, inclusive, payable to the City of Palm Springs. e N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period e of 60 calendar days from the date of bid opening. e N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class "A" OR "C-12" OR "C-32" Contractor license at the time of submitting bids. e e 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. e A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any e subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. e e 2007/2008 ANNUAL SLURRY SEAL e CITY PROJECT NO.07-18 NOTICE INVITING BIDS 2/15108 � PAGE i • • N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $25.00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. (c) An additional fee of $15.00 will be charged for sets of documents 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 Date David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 NOTICE INVITING BIDS 2115108 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 "Bidders General Information," bound herein_ / Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work / will be accepted from a contractor who does not hold a valid contractors license in the / State of California for the classifications named in the Notice Inviting Bids at the time of award. / / 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 Bidders 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 BLURRY SEAL / CITY PROJECT NO.07.18 INSTRUCTIONS TO 2115/08 BIDDERS'PAGE 1 • • • • City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is • expressly provided otherwise in the Special Provisions. • (e) Provisions concerning responsibilities for the adequacy of data furnished to • prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions • appear in the Standard Specifications and Special Provisions. • • (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical • conditions (surface, subsurface, and underground utilities) at or contiguous to the site or • otherwise which may affect cost, progress, or performance of the Work and which the • Bidder deems necessary to determine its Bid for performing the Work in accordance with . the time, price, and other terms and conditions of the Contract Documents. • (g) Where feasible, upon request in advance, the City will provide each Bidder • access to the site to conduct such investigations and tests as each Bidder deems • necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former • condition upon completion of such exploration. • (h) The lands upon which the Work is to be performed, the rights-of-way and • easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and • access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. • • (i) The submittal of a Bid will constitute an incontrovertible representation by the • Bidder that the Bidder has complied with every requirement of this Article; that without • exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of • construction as may be indicated in or required by the Contract Documents; and that the • Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. • 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered • necessary by the Engineer in response to such questions will be resolved by the issuance • of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to • the date of opening Bids may not be answered. Only questions that have been resolved • by formal written Addenda will be binding. Oral and other interpretations or clarifications • will be without legal or contractual effect_ • 6, BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice • Inviting Bids. Said check or bond shall be made payable to the City and shall be given as 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 INSTRUCTIONS TO 2/16/08 BIDDERS-PAGE 2 e • • 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 B substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand comer with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11, QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not • 2007/2008 ANNUAL SLURRY SEAL . CITY PROJECT NO.07-16 INSTRUCTIONS TO db 2115/08 BIDDERS-PAGE 3 e e eexpressly or by implication agree that the actual amount of work or material will correspond therewith. e e (b) In the event of an increase or decrease in a bid item quantity of a unit price e 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 e Documents; provided, that on unit price contracts, increases of more than 25 percent, e 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 e written request, signed by the Bidder or it's properly authorized representative. Such e written request must be delivered to the place stipulated in the Notice Inviting Bids prior to . the scheduled closing time for receipt of Bids. e 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized e 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 e or modifications will not be considered. e 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as e set forth in the Agreement and the provisions of the Special Provisions. e 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any e application for a substitute or "or-equal" item by the Contractor and consideration by the e Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. e 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based e primarily on the lowest overall cost to the City, and will be made to a responsive, e responsible Bidder whose Bid complies with all the requirements prescribed. Unless e 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 e the bidders. Unless otherwise indicated, a single award will not be made for less than all e the Bid Items of an individual Bid Schedule. In the event the Work is contained in more e 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 e alternative schedules will be awarded. e 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 e Documents within 7 calendar days after receipt of the Agreement forms from the e 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 e Contract to the second lowest responsive, responsible Bidder. If the second lowest e respponsive, responsible Bidder refuses or fails to execute the Agreement, the City may 2007l2008 ANNUAL SLURRY SEAL e CITY PROJECT NO.07-18 INSTRUCTIONS TO 2i15/08 BIDDERS-PAGE 4 • O e e 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 e bidder's Bid Securities shall be likewise forfeited to the City, e e 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 e Section 7.09,030 of the City of Palm Springs Municipal Code shall be applied to a Bid le 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 e 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 e City of Palm Springs contractor. e e (b) For all contract Bids proposing sub-contractors: e (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 e ("local sub-contractor"). e (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 e advertisements inviting proposals in local newspapers, sending requests for e 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. e (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. e (4) The City may reject as non-responsive the Bid of any contractor proposing to O use sub-contractors that fails to comply with the requirements of this subdivision. e e - END OF INSTRUCTIONS TO BIDDERS - e e O e • • 200712008 ANNUAL SLURRY SEAL e CITY PROJECT NO 07-18 INSTRUCTIONS TO 2115108 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 SLURRY SEAL . CITY PROJECT NO.07-18 - 2115108 COVER SHEET BID FORMS-PAGE 1 • s • BID eBID 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: 200712008 ANNUAL SLURRY SEAL. CITY PROJECT NO, 07-18 • Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise • required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, • Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date • Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, . the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems • necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: • 1 am aware of the provisions of Section 3700 of the Labor Code, which require every • employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 BID AGREEMENT • 2115108 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 SLURRY SEAL CITY PROJECT NO.07-18 BID AGREEMENT • 2115108 BID FORMS-PAGE 3 • • • BID SCHEDULE A Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAT. CITY PROJECT NO. 07-18 Various City Streets in Section 25, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount . No_ Quantity Price 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Type • II Slurry Seal, including mobilization, 2 and all appurtenant work on various 488,947 SF $ $ City streets (as listed in the Appendix) within Section 25, Township 4 South, • Range 4 East. Removal and replacement of all • existing traffic striping (including all 3 non-reflectorized and reflectorized 1 LS $ raised pavement markers) and . pavement markings, using epoxy adhesive. • TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ (Price in figures) (Price in words) Name of Bidder or Firm • 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE all 2115108 BID FORMS-PAGE 4 • ALTERNATIVE BID SCHEDULE A Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 25, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1- Traffic Control 1 LS $ $ Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 488,947 SF $ $ City streets (as listed in the Appendix) within Section 25, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all 3 non-reflectorized and reflectorized 1 LS $ $ raised pavement markers) and pavement markings, using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE A: $ (Price in figures) (Price in words) Name of Bidder or Firm • 2007/2008 ANNUAL SLURRY SEAL ' • CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE • 2115/08 BID FORMS-PAGE 5 • • BID SCHEDULE B Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 26, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount . No. Quantity Price • 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 1,879,101 SF $ $ City streets (as listed in the Appendix) within Section 26, Township 4 South, Range 4 East. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised pavement markers) and pavement g, markings using epoxy adhesive. 1 LS $ $ • Note: This bid item does not include • removal and replacement of traffic striping on East Palm Canyon Drive, La Verne Way, or Toledo Avenue. TOTAL OF ALL ITEMS OF BID SCHEDULE B: $ (Price in figures) (Price in words) Name of Bidder or Firm • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115/08 BID FORMS-PAGE 6 • • e • ALTERNATIVE BID SCHEDULE B • Schedule of Prices for the Construction of the: • 2007/2008 ANNUAL SLURRY SEAL e CITY PROJECT NO. 07-18 Various City Streets in Section 26, Township 4 South, Range 4 East • in Palm Springs, California • • Item Description Estimated Unit Unit Amount . No. Quantity Price • 1. Traffic Control 1 LS $ $ • Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2, and all appurtenant work on various 1,879,101 SF $ $ • City streets (as listed in the Appendix) within Section 26, Township 4 South, • Range 4 East • Removal and replacement of all existing traffic striping (including all non- e reflectorized and reflectorized raised • pavement markers) and pavement markings using flexible bituminous • 3- adhesive- 1 LS $ • Note: This bid item does not include • removal and replacement of traffic • striping on East Palm Canyon Drive, La • Verne Way, or Toledo Avenue. • TOTAL. OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE B: $ • (Price in figures) • (Price in words) • • • • Name of Bidder or Firm • • • • • • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO-07-18 UNIT PRICE BID SCHEDULE 2115106 • BID FORMS-PAGE 7 • • • BID SCHEDULE C • Schedule of Prices for the Construction of the: • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO. 07-18 • Toledo Avenue, from Murray Canyon Drive to La Verne Way in Palm Springs, California • • Item Description Estimated Unit Unit Amount • No. quantity Price • 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry • 2 Seal, REAS (or FLEX SEAL), including 279,207 SF $ $ • mobilization, and all appurtenant work on • Toledo Avenue, from Murray Canyon Drive to La Verne Way. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised • pavement markers) and pavement 3. markings, and installation of traffic 1 LS $ $ • striping, signage, and markings in accordance with the "To/edo Avenue • Traffic Restriping Plan" using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE C: • $ (Price in figures) • • (Price in words) • • • • • Name of Bidder or Firm • • • • • • • • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT No.07-18 UNIT PRICE BID SCHEDULE • 2115/08 BID FORMS-PAGE 8 • • ALTERNATIVE BID SCHEDULE C Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO. 07-18 . Toledo Avenue, from Murray Canyon Drive to La Verne Way in Palm Springs, California . Item Description Estimated Unit Unit Amount . No_ "quantity Price 1_ Traffic Control 1 LS $ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 2 Seal, REPS (or FLEX SEAL), including 279,207 SF $ $ mobilization, and all appurtenant work on Toledo Avenue, from Murray Canyon Drive to La Verne Way. Removal and replacement of all existing traffic striping (including all non- reflectorized and reflectorized raised pavement markers) and pavement 3. markings, and installation of traffic striping, signage, and markings in accordance with the "Toledo Avenue Traffic Restriping Plan", using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE C: $ (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE - 2/15/o8 BID FORMS-PAGES • • • BID SCHEDULE D • Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO. 07-18 • La Verne Way, from S. Palm Canyon Dr. to E. Palm Canyon Dr. in Palm Springs, California • • Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $ $ • Crack-sealing and construction of • Rubberized Emulsion-Aggregate Slurry 2 Seal, REAS (or FLEX SEAL), including 398,430 SF $ $ mobilization, and all appurtenant work on • La Verne Way, from S. Palm Canyon Dr. to E. Palm Canyon Dr. Removal and replacement of all existing traffic striping (including all non- • 3. reflectorized and reflectorized raised 1 LS $ $ pavement markers) and pavement • markings using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE D. ® (Price in figures) • (Price in words) • • • Name of Bidder or Firm • • • • • • • • • • • 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07.18 UNIT PRICE BID SCHEDULE 2115/08 Blp FORMS-PAGE 10 • • • • ALTERNATIVE BID SCHEDULE D • Schedule of Prices for the Construction of the: • 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Toledo Avenue, from Murray Canyon Drive to La Verne Way in Palm Springs, California • Item Description Estimated Unit Unit Amount • No. Quantity Price 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry • 2 Seal, REAS (or FLEX SEAL), including 398,430 SF $ $ mobilization, and all appurtenant work on La Verne Way, from S. Palm Canyon Dr. to E. Palm Canyon Dr. • Removal and replacement of all existing • traffic striping (including all non- • 3 reflectorized and reflectorized raised 1 LS $ $ • pavement markers) and pavement markings using flexible bituminous • adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE D: • • $ . (Price in figures) • (Price in words) fi • • • • Name of Bidder or Firm • • • • • • • • • • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115108 BID FORMS-PACE 11 • BID SCHEDULE E Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity price 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry 2 Seal, REAS (or FLEX SEAL), including 380,276 SF $ $ mobilization, and all appurtenant work on S E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way. Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised 1 LS $ $ pavement markers) and pavement markings using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE E: $ (Price in figures) (Price in words) Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2/15108 BID FORMS-PAGE 12 0 • 0 • ALTERNATIVE BID SCHEDULE E • Schedule of Prices for the Construction of the: 2007/2008 ANNUAL, SLURRY SEAL i CITY PROJECT NO. 07-18 • E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way in Palm Springs, California 0 Item Description Estimated Unit Unit Amount No. quantity Price • 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry • 2 Seal, REAS (or FLEX SEAL), including 380,276 SF $ mobilization, and all appurtenant work on E. Palm Canyon Dr., from S. Palm Canyon Dr. to Sunrise Way. • Removal and replacement of all existing • traffic striping (including all non- 3- reflectorized and reflectorized raised 1 LS $ $ • pavement markers) and pavement markings using flexible bituminous • adhesive. • TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE E- • • (Price in figures) • • (Price in words) • • • • Name of Bidder or Firm i i • • • • • • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2/15108 BID FORMS-PAGE 13 BID SCHEDULE F Schedule of Prices for the Construction of the: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 30, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $ Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 595,584 SF $ $ City streets (as listed in the Appendix) within Section 30, Township 4 South, • Range 5 East. Removal and replacement Of all existing traffic striping (including all non- 3- reflectonzed and refleetonzed raised 1 LS $ $ pavement markers) and pavement • markings using epoxy adhesive. TOTAL OF ALL ITEMS OF BID SCHEDULE F: (Price in figures) (Price in words) . Name of Bidder or Firm 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE' 2115108 BID FORMS-PAGE 14 O ALTERNATIVE BID SCHEDULE F Schedule of Prices for the Construction of the: 2007/2003 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Various City Streets in Section 30, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control 1 LS $ $ Crack-sealing and construction of Type II Slurry Seal, including mobilization, 2 and all appurtenant work on various 595,584 SF $ $ City streets (as listed in the Appendix) within Section 30, Township 4 South, Range 5 East. Removal and replacement of all existing traffic striping (including all non- 3 reflectorized and reflectorized raised 1 LS $ $ pavement markers) and pavement markings using flexible bituminous adhesive. TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE F: $ (Price in figures) (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH F (BASIS OF AWARD): s $ (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 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 UNIT PRICE BID SCHEDULE 2115108 BID FORMS-PAGE 15 • • INFORMATION REQUIRED OF BIDDER LIST or 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 40 and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. 3 1* 4_ 5. 6. 7. 8. . 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 V15108 LIST OF SUBCONTRACTORS . BID FORMS-PAGE 16 • 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 • 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO,07-18 2115108 NON-COLLUSION AFFIDAVIT BID FORMS-PAGE 17 e e e e ALL-PURPOSE ACKNOWLEDGMENT e e State of County of On before me, Date Name,Title of Officer e 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 e the instrument. e 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_ e e Signature of Notary e e e ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. e THIS CERTIFICATE Title or Type of Document e MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT e DESCRIBED AT RIGHT' Signer(s) Other Than Named e Above e e e e e e e e e e 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO,07-18 NON-COLLUSION AFFIDAVIT—NOTARY ACKNOWLEDGMENT . 2115/08 BID FORMS-PAGE 18 8 B e BID BOND KNOW ALL MEN BY THESE PRESENTS, • That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of.- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Farm of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of 200^ PRINCIPAL: . 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: . 2007/2008 ANNUAL SLURRY SEAL BID BOND(BID SECURITY FORM) CITY PROJECT NO.07-18 BID FORMS-PAGE 19 2115/08 • BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number.- Facsimile Number: ( ) . 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent ( ) Surety( ) • 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of. 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-18 BIDDER'S GENERAL INFORMATION - 2/15108 Bib FORMS-PAGE 20 • e • • • BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction e work: • • • 9. List at least three related projects completed to date: e a. Owner Address • Contact Class of Work iPhone Contract Amount • Project Date Completed • Contact Person Telephone number I/ 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 e required by the Engineer. e 2007/2008 ANNUAL SLURRY SEAL e CITY PROJECT NO.07-18 BIDDER'S GENERAL INFORMATION 2115108 BID FORMS-PAGE 21 • • AGREEMENT THIS AGREEMENT made this — day of 200_, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid . Schedule(s) of the City's Contract Documents entitled: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 The Work is generally described as follows: Installation of hot asphalt-rubber sealant- material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal on various City streets in Sections 25 and 26, Township 4 South, Range 4 East; and Section 30, Township 4 South, Range 5 East; traffic striping; and all appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or • delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself • 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 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.07.18 AGREEMENT AND BONDS-PAGE 1 a 2/15/08 • ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4-- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 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 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO,07-18 AGREEMENT AND BONDS-PAGE 2 - 215/08 • • • • • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be • executed the day and year first above written. ATTEST: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, • CALIFORNIA • Date • BY • City Clerk Agreement No. • • • APPROVED AS TO FORM: • • BY • City Attorney • Date CONTENTS APPROVED: • • BY • City Engineer • Date • • By • City Manager • Date • • • • • • • . 2007/2008 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO 07-18 2J15108 AGREEMENT AND BONDS-PAGE 3 i • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. • CONTRACTOR: Name: Check one: Individual Partnership_Corporation • Address: • • By: By- Signature (notarized) Signature(notarized) • ' Name- Name- . Title: Title: • (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the fallowing: Secretary, Chief • Board, President or any Vice President) Financial Officer or any Assistant Treasurer) • State of ❑ State of ❑ • County of ❑ss County of US$ • On On • before me, before me, . personally appeared personally appeared • who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory • evidence to be the person(s) whose name(s) 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 he/she/they executed the same in his/her/their authorized capacily(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. • • 1 certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the • laws of the State of California that the foregoing laws of the State of California that the foregoing • paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. • Notary Signature: Notary Signature- • • Notary Seal: Notary Seal- • • • • • • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07-1 B AGREEMENT FORM • 2115108 AGREEMENT AND BONDS-PAGE 4 • • • • • • WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) 1 am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title 2007/2008 ANNUAL SLURRY SEAL . CITY PROJECT NO.07-18 WORKER'S COMPENSATION CERTIFICATE 2/15/08 AGREEMENT AND BONDS-PAGE 5 • • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: • dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract . Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. • PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said • Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. . SIGNED AND SEALED, this_day of , 200 . CONTRACTOR: . Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or . Chief Financial Officer). By SURETY: signature . (NOTARIZED) Print Name and Title: • By By • signature signature (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: . 2007/2008 ANNUAL SLURRY SEAL PERFORMANCE BOND CITY PROJECT NO.07-18 AGREEMENT AND BONDS-PAGE 6 db 2115/08 • • • • • • PAYMENT BOND • KNOW ALL MEN BY THESE PRESENTS, • That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the • County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, • for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns, jointly and severally, firmly by these presents. • WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO. 07-18 • NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or • other supplies used in, upon, for, or about the performance of the Work contracted to be done, or . for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State • of California referred to therein and acts amendatory thereof, and provided that the persons, • companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, • appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or • machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount • not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the • benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give aright of action to them or their assigns in any suit brought upon this bond. • S PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any • extensions of time granted under the provisions of said Contract Documents release either said • Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. • • SIGNED AND SEALED, this_day of 200� • • • 2007/2008 ANNUAL SLURRY SEAL PAYMENT BOND • CITY PROJECT NO,07-18 AGREEMENT AND BONDS-PAGE 7 2/15/08 i e e e e e CONTRACTOR: e Check one:_individual,_partnership, _corporation e (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 e Chief Financial Officer). By SURETY: e e signature (NOTARIZED) Print Name and Title; e e e By By e signature signature e (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: e e e e e e e e e • • • • e • • • • • • e 2007/2008 ANNUAL SLURRY SEAL PAYMENT BOND • CITY PROJECT NO.07-18 AGREEMENT AND BONDS-PAGE 8 2/15108 • • CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERJAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRES$OF IN5URED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORK PERFORMED AND LOCATION ,- LIMITS OF LIABILITY IN THOUSANDS(x1000) TYPO OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: F UOSIONANDCOLLAPSE BODILY INJURY $ O S ❑ UNOERCROUND DAMAGE PROPERTY OAl,AGL $ 5 n❑ PRODUCTSICOMPLETED OPERATIONS nr CONTRACTUAL INSVRANCC LJ BROAD FORM PROPERTY DAMAGE BODILY INJURY AND El INDEPENDENT CDNTRACTORs PROPERTY . ❑ PERSONALINJURY DAMAGE COMBINED $ S PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON S Including EACHACCIDENT ❑ OWNED PROPERTY DAMAGE $ O HIRED or ❑ NON-0wNED BODILYINJURY ❑ MOTORCARRIERACr AND PROPERTY DAM SECOMBINED $ EXCESS LIABILITY BODILY INJURY Including AND PROPCRTY DAMAGE COMBINED $ EMPLOYERSLIABILITY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Including: S (EACH ACCIDENT) ❑ LHARBOR WORKERS AND HARBOR wORxERS OTHER ADDITIONAL INSURED ENDORSEMENT--CITY OF PALM SPRINGS The undersigned ccrtlfles that he or she is the rcprosentetive of file abovc�amod Insurance companies,that he or she has the authority to execute and iruc this cortlficale to Corllflcate Fielder,and accordingly,does hereby corflfy on behalf of said insurance companies that policies of insurance Iislcd above have been issued Ie the insured named above and are in force at this time Ncewthstonding any requirement temi,or condition of any contract or ether document with respect W wnich this certificate moy be issued or may pertain the insurance afforded By the polides described herein is subject to at the terms,e=iusions and conditions of such policies. Copies of Me Politic; shown will be furnished to the CcNfcate Holder upon request. This Certificate does no(amend e#and,or alter the cpvcrage afforded by Vie polide;l a(cd Cancellatlon.Should any of the above deLmecd PoUves be cancelled before the o p ravon date thereon,the rvsuing company.11 mall 30 days written notice to the below- named cardfirate holder. NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED SV wmonecorcmcccxun.ccr..:S,.:�,.v...v•„mmxowrcrvcc 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 CERTIFICATE OF INSURANCE 2/15/08 AGREEMENT AND BONDS-PAGE 9 • • • • • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II -- SPECIAL PROVISIONS • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO. 07-18 • • 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 SLURRY SEAL PART II --SPECIAL PROVISIONS CITY PROJECT NO.07-18 GENERAL CONTENTS-PAGE 1 • 2J15/08 B 0 B CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • SPECIAL PROVISIONS 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2006 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work e shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works Construction ("Green book"), 2006 Edition, as previously specified in the above paragraph. i 1-2 LEGAL ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering 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. 41 1-2.3 Legal address of the City's Project Representative. - The name and 0 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. 0 • 2007/2003 ANNUAL SLURRY SEAL TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 1 -PACE 1 2115/08 • • e e e 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 o Monday after the holiday shall be a designated legal holiday. 0 e (b) Days on which the Contractor is prevented by inclement weather or conditions e resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 e percent of the normal labor and equipment force engaged on such operation or e operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations. e - END OF SECTION - e • • 0 0 e e • e 0 e • • e e e e • e e e e e e • e • • 2007/2006 ANNUAL SLURRY SEAL TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT No.07-18 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 • 2115/08 e e e e e SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL e e Particular attention is directed to the provisions of Section 6-1, "Construction Schedule e 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 e been issued to the Contractor, the Contractor shall start the Work within 10 working e days after the date specified in said Notice to Proceed. The work, if awarded to include Bid Schedules A through D, inclusive, shall be diligently e prosecuted to completion before the expiration of: e 40 WORKING DAYS e e 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. e The Work identified in Bid Schedule A or Alternative Bid Schedule A shall be diligently e prosecuted to completion before the expiration of: e 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. e The Work identified in Bid Schedule B or Alternative Bid Schedule B shall be diligently prosecuted to completion before the expiration of: e 20 WORKING DAYS e from the date specified in the Notice to Proceed from the City- The Work identified in Bid Schedule C or Alternative Bid Schedule C shall be diligently e prosecuted to completion before the expiration of: . 10 WORKING DAYS e from the date specified in the Notice to Proceed from the City. e e e 2007/2008 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK e CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 2-PAGE 1 • 2115108 • • • • • 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: "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 • 2007/2008 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO.07.18 SPECIAL PROVISIONS-SECTION 2-PAGE 3 • 2115108 • e e e e Engineer's decision shall be final, and he shall have the authority to enforce and make e effective such decisions and orders which the Contractor may fail to carry out promptly. 8 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 e the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall e be subject to the Engineer's inspection. e When the Work is substantially completed, a representative of the Engineer will make e the final inspection. O2-9 SITE EXAMINATION e The Contractor shall have the sole responsibility of satisfying itself concerning the e 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 e any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully e performing the Work according to the Contract Documents. e 2-10 FLOW AND ACCEPTANCE OF WATER e 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. e - END OF SECTION - e e e e e • • • • • 2007/2008 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK e CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 2-PAGE 5 2/15/08 • • 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 (1 st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2.2 Contract Unit Prices: The provisions of Subsection 3-22.1 of the Standard Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in • an increase or decrease in the quantity of any unit price bid item of the Work in • excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate 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 Special Provisions. 2007/200$ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT N0.07-18 SPECIAL PROVISIONS-SECTION 3-PAGE 'I 2/15/08 0 0 e 0 e 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, o 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 e eliminated contract item if incurred prior to the date of notification in writing by the e Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. e 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 - e e 0 e e e e . 2007/2008 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT N0.07-18 2/15/08 SPECIAL PROvISIONS-SECTION 3-PAGE 3 ! • • B SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS e 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard B 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 fumish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal' item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, Or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. Special Note: The Contractor is advised that the City requires epoxy adhesive in • accordance with Section 214-6 of the Standard Specifications, or an alternative equal epoxy adhesive approved by the City Engineer, for installation Of all raised pavement markers. Bituminous adhesive, as specified by Section 214-7 of the Standard Specifications is not considered an alternative equal approved by the City Engineer_ .However, if an Alternative Bid Schedule is awarded in which the bid item description S includes the use of a flexible bituminous adhesive, an approved flexible bituminous adhesive shall be used_ 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 Zoo(2t1011ies material�,s and equipment, for any traffic signing, striping, legends, and traffic • EAL CITY PROJECT NO.07-18 CONTROL OF MATERIALS 2115108 SPECIAL PROVISIONS-SECTION 4-PAGE 1 B B B • SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances • whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications: . 2007/2008 ANNUAL SLURRY SEAL - - UTILITIES CITY PROJECT NO-07-18 SPECIAL PROVISIONS-SECTION 5-PAGE 1 . 2/15108 • • • • • 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 • • 200712006 ANNUAL SLURRY SEAL PROSECUTION, PROGRESS,AND ACCEPTANCE OF THE WORK CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 6.PAGE i . 2YI5108 • • e 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 r 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. 2007(2008 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.18 SPECIAL PROVISIONS-SECTION 7-PAGE 1 • 2/15/08 • • 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 $376,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. . - The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1. A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. 2. A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations- 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement- If the requested payroll records have not been provided pursuant to Section 7.11, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub- 2007/2008 ANNUAL SLURRY SEAL RESPONSIBILITIES Or THE CONTRACTOR CITY PROJECT NO.07.18 SPECIAL PROVISIONS-SECTION 7-PAGE 3 2/15108 • B B 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. 0 0 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 a 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 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO-07-18 SPECIAL PROVISIONS-SECTION 7-PAGE 5 2115/08 e • • 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 Employers 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 INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF • THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. . 2007/2008 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 7-PAGE 7 • 2/1$108 D. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the insurance requirements apply to you (e.g., you do not have employees and 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. • 2007l2008 ANNUAL SLURRY SEAL - END OF SECTION - RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.18 SPECIAL PROVISIONS-SECTION 7-PAGE 9 • 2115/08 Y Y Q Y SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL e e (BLANK) 0 0 - END OF SECTION - 0 2007/2008 ANNUAL SLURRY SEAL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 8-PAGE 1 . 2/15108 • 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 41 including all costs of compliance with the regulations of public agencies having 0 jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA)_ No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefor shall be included in the prices named in the Bid Sheet(s) for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment 40 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 Cade, 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 41111 for the Contractor's work, together with releases of lien from any subcontractor or material-men. 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefor: 0 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 SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO.07-18 SPECIAL PROVISIONS-SECTION 9-PAGE 1 • 2115/08 • SECTION 10 — CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Dust Control and Site Cleanup Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall be responsible for project site maintenance as per section 7-8 of the Standard Specifications. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods_ Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. Payment for dust control and site clean up shall be considered as included in the various bid items of work, and no additional payment will be made therefore. 10-1.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition_ The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. 10-1.3 Location and Progression of Work - The Work is located on those City streets within Sections 25 and 26, Township 4 South, Range 4 East; and Section 30, Township 4 ® South, Range 5 East, The Contractor shall progress with the work as necessary to complete the Work as required by these specifications. 10-1.4 Order of Work. - Order of work shall conform to the Standard Specifications and these Special Provisions. The first order of work shall be to: 1- Prepare, route, and clean all pavement cracks greater than '/" in width. 2. Install crackfilling and joint sealant material within all pavement cracks greater than but less than 1'/2" in width. 3. Install asphalt concrete (Type E-AR4000) within all pavement cracks greater than 1'/2" in width (for those streets specifically listed for crackfilling.in addition to an application of slurry seal). 4. Grind built-up excess asphalt concrete pavement adjacent to existing concrete surfaces where the finish surface of the asphalt concrete pavement exceeds 1 inch over the adjacent concrete surface. 5. Remove existing traffic striping and markings as required by these specifications. 008 ANNUAL SLURRY SEAL CITY CONSTRUCTION DETAILS CITY PROJECT N0.07-18 2115108 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • 10-2.6 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. 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 two lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected_ 10-2.7 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. . 10-2.8 Measurement and Payment. - Measurement for payment for traffic control will be p based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the Standard Specifications and these Special Provisions. Payment for traffic control shall be made at the lump sum bid item price for "Traffic Control", and no additional compensation shall be allowed therefore. 10-3 CRACKSEALING 10-3.1 Description - The work shall consist of the preparation of cracks and placement of hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than '/" in width but less than 1'h" in width prior to routing. Cracks 1%2° and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-4 "Crackfilling". 10-3.2 Delivery and Storage = All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. . 10-3.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks greater than ''/", but less than 1'/2" in width, shall be CrafCOTM PolyFlex Type 3 sealant or approved equal and shall conform to the following requirements: 1. Asphalt shall be AR 4000 viscosity grade conforming to the provisions of Section 203 of the Standard Specifications_ 2. Sealant material when heated in accordance with ASTM D5078 shall have the following characteristics: Test Limits Cone Penetration (ASTM D5329) 20 —40 ` Resilience (ASTM D5329) 30% Min. . Softening point (ASTM D36) 2100 F Min. 2007/2008 ANNUAL SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO.07-18 2/15103 SPECIAL PROVISIONS-SECTION 10--PAGE 3 I . O 10-3.5.2 Routing — All cracks between '/° and 1'/4" in width prior to routing shall have a routed reservoir created with a rotary impact router. The completed reservoir shall comply with the following dimensions: e e 1. The router shall remove at least 1/8" from each side of the crack and cut back to sound pavement. 2_ The minimum reservoir width is and the maximum width is 1'Y2". 3. The reservoir depth shall be Y44". a 10-3.5.3 Crack Cleaning and Drying —The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid overheating the pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not burn, the crack sidewalls. The heat lance should be held approximately 2 inches above the crack channel. Proper heating is manifested by a slightly darkened color; burning is apparent by a black color and a very gritty texture. The second pass should completely remove all the dislodged crack particles from the roadway and shoulder. The hot airblasting operation shall be conducted immediately prior to the sealing operation to limit the amount of dust and debris blown into the cleaned crack channel, maximize crack warmth, and minimize the potential for formulation of moisture condensation in the crack channel_ 10-3.5.4 Construction - The asphalt rubber sealant material shall be applied immediately following the heat lance operation that cleans and dries the crack and routed reservoir. The sealant applicator should stay within 50 yards of the heat lance during its second pass, and 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 380' 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. . 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 CONSTRUCTION DETAILS . 2/15/08 SPECIAL PROVISIONS-SECTION 10-PAGE 5 Y B • B concrete pavement surface to be higher or lower than the adjacent concrete surface at the completion of the work. 10-5.2 Measurement and Payment. — Payment for grinding asphalt concrete pavement, including all compensation for furnishing all labor, materials, tools, equipment, cleaning and sweeping, and incidentals, and for doing all work involved in grinding of the asphalt concrete pavement and disposal of resulting materials, as specified in these Special Provisions and 40 as directed by the Engineer, shall be considered as included in the unit price bid for Type II slurry seal or rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL, and no additional compensation will be allowed therefore. 10-6 TYPE II SLURRY SEAL 10-6.1 Description - The slurry seal work shall consist of the application of Type II Slurry Seal, in accordance with the requirements of Subsection 203-5 and 302.4 of the Standard Specifications and as specified herein. The Contractor shall submit to the Engineer at the Pre-Construction Conference a mix design in accordance with Section 203-5.4 of the Standard Specifications. 10-6.2 Material - The mineral aggregate shall be 100 percent crushed rock of angular shape, sound, durable, hard, resistant to abrasion, and free from lamination, weak cleavages, and undesirable weathering. The material shall be such that it will not disintegrate from the action of air, water, or other conditions to be met in handling and placing and shall have a specific gravity of not less than 2.60. All materials shall be clean and free from deleterious impurities, including alkali, earth, clay, and refuse. The grading of aggregate shall conform to the gradations specified in Table 203-5.3 (A) of the Standard Specifications for Type II_ Care should be exercised to prevent segregation of aggregate in storage and handling. If segregation occurs, the material shall be worked prior to mixing in a manner that will minimize segregation. Emulsified asphalt shall be quick-set type, Grade CQS-1 h conforming to the requirements of Section 203-5.2 of the Standard Specifications. The emulsified asphalt shall be modified with latex in accordance with Section 203-10 of the Standard Specifications, unless otherwise approved by the Engineer. A cationic SBR latex polymer, Ultrapave UP-65K, by Ultrapave Corp., a division of Textile Rubber and Chemical . Co., 1300 Tiarco Drive SW, Dalton, GA 37027; (800) 727-8453; info@Ultrapave.com, or an approved equal, shall be added to the emulsified asphalt to be used in the emulsion- aggregate slurry mixture. The Contractor shall submit to the Engineer technical information r for the type of cationic SBR latex polymer to be used on this project, for review and • approval, at the Pre-Construction Conference, 10-6.3 Equipment- The equipment used in the performance of the work shall be subject to approval of the Engineer and shall be maintained in satisfactory working condition at all • times. Descriptive information about the slurry mixing and applying equipment to be used i shall be submitted to the Engineer for approval at the Pre-Construction-Conference. 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07.18 CONSTRUCTION DETAILS • 2/15108 SPECIAL PROVISIONS-SECTION 10-PAGE 7 • • 10-6.6 Placing - Type II Slurry shall be placed on the public streets listed in the appendix, and as directed by the Engineer. The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface- . No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to the application of slurry seal. The application of slurry shall be scheduled to commence after 7:00 A.M. and shall be completed by 2:00 P.M. No slurry shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees Farenheit. The slung seal shall be applied only when the existing surface is clean and free of visible moisture. The slurry seal shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these Special Provisions, and as directed. The cured slurry shall-have a homogeneous appearance, it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. The slurry mixture shall be of the designated consistency when deposited on the surface and no additional elements shall be added. Total mixing time shall not exceed 4 minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate fines from the course aggregate. If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement. 10-6.7 Rate Of Application - The rate of application for Type II Slurry for each pass shall average 15 pounds per square yard; provided, that it shall be applied at the rate of not less than 13 pounds nor more than 17 pounds per square yard- 10-6.8 Joints - No excessive build-up causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and portland concrete pavement and/or concrete gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the slurry shall be neatly spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible to the machine. Care shall be. exercised to insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of slurry spread by hand shall match that which was applied by machine. Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. 10-6.9 Smoothness - The finished surface of the slurry seal shall be at least as smooth as the original pavement surface- Any corrugations on the surface creating vibrations 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 CONSTRUCTION DETAILS 2/15/08 SPECIAL PROVISIONS-SECTION 10-PACE 9 • • • • 10-7.2.3 Crumb Rubber. The material shall be granulated scrap tire rubber free from fabric wires and other contaminants. Rubber shall be dry and free flowing. Calcium carbonate or • talc may be added to a maximum of four percent by weight of rubber to prevent rubber • particles from sticking together- The rubber shall have a specific gravity between 1.15 and 1.20. 100% of the rubberized material shall pass a #16 sieve, 95% shall pass a #20 sieve, and a maximum of 2 percent shall pass a #200 sieve. The RPME shall contain between • 0.55 Ibs/gal. and 0.65 Ibs/gal. of-crumb rubber. e • 10-7.2.4 Quality Requirements. Manufacturers shall certify that materials meet the • requirements specified on table 600-3.2.4(A) 600-3.2.4(B) of the Standard Specifications and on table 600-3.2.4(C) Type II Slurry Aggregate modified as shown below. e • TABLE 600-3-2.4 (C) COMPOSITION OF REAS • RPME % of Residual RPME Kg of Dry Pounds of Dry Aggregate Type Dry % OF Dry Aggregate Aggregate Aggregate per Aggregate per Wei ht Weight L of RPME Gallon of RPME Fine Slurry 60 - 80 Aggregate 30 - 40 1.27— 1.70 10.6 — 14.2 • Type I Slurry 50 - 75 25 - 38 1.35 —2.0 11.3— 17.0 • Aggregate Type• I1 Slurry- ,:2835,' 14' 18", , 2;90 ,A re.ate • • 10-7.2.5 Aggregate. The aggregate shall consist of sound and durable natural or manufactured sand, crushed stone or crushed stone and rock dust, of a combination thereof, free of deleterious amounts of organic material, mica, and other substances not • suitable for the purpose. Smooth-textured sand of less than 1.25 percent water absorption, • as tested by ASTM C128, shall not exceed 50 percent of the total combined aggregate- Aggregate retained on the #50 sieve shall be 100% crushed. The combined aggregate shall meet the requirements of Table 203.5.2(B) prior to any • chemical additions, and when tested in accordance with ASTM C136, shall conform to the • Type 11 gradation shown on Table 600-3.2.5(A) modified as shown below. • TABLE 600-3.2.5 (A) • GRADATION OF AGGREGATES • FINE SLURRY TYPE I SLURRY TYPE II SLURRY' • SIEVE SIZE AGGREGATE AGGREGATE --,AGGREGATE % BY WEIGHT PASSING SIEVES • 9.5 mm 3/8" 100 100 100 • 4.75 mm No.4 100 100 90-100 • 2007/2008 ANNUAL SLURRY SEAL • CITY PROJECT NO.07.18 CONSTRUCTION DETAILS . 2115108 SPECIAL PROVISIONS-SECTION 10-PAGE 11 • noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slung seal construction. - 10-7.8 Cleanup - During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such items. The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by Engineer: The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. e 10-7.9 Removal-and Resealing - Any-slurry seal application that has been rejected shall be removed by cold planing to the original pavement. A new slurry seal application shall then be placed on the pavement. Any placement of slurry seal that has been rejected shall be removed and replaced at the Contractor's expense. 10-7.10 Protection of Uncured Slurry - The Contractor shall provide such flaggers and barricades as may be required to protect the uncured slurry from vehicular traffic. All damages to the uncured slurry shall be the responsibility of the Contractor. 10-7.11 Measurement and Payment- Payment for Rubberized Emulsion-Aggregate Slurry Seal shall be made at the contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements. The contract unit price includes full compensation for all slurry seal and appurtenant work, including all labor, equipment, and materials, pavement cleaning, crack-sealing and crackfilling, posting of notices, masking and . cleaning utility covers, and all other incidental work. 10-8 MISCELLANEOUS APPURTENANT WORK 10-8.1 Utility Covers - Immediately prior to applying the slurry seal, all utility covers shall be protected with butcher paper and a thin layer 30-mesh sand or by alternative means approved by Engineer. 10-8.2 Removal of Raised Pavement Markers - All existing raised pavement markers (reflective or non-reflective) shall be removed prior to installation of a Type II slurry or a Rubberized Emulsion-Aggregate Slurry (REAS), in accordance with Section 312-3 of the r Standard Specifications. 10-9 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS 10-9.1 General - All existing traffic striping or markings on streets to be Slurried shall be removed by the Contractor. The Contractor shall replace all markings on City streets with • thermoplastic markings, and all traffic striping shall be replaced as follows: For all streets with existing paint or thermoplastic traffic striping, the contractor shall replace the traffic striping with the corresponding Caltrans standard raised pavement marker detail. r . 7/2008 ANNUAL SLURRY SEAL CITY CONSTRUCTION DETAILS CITY PROJECT N0.07-18 2/15/08 SPECIAL PROVISIONS-SECTION 10-PAGE 13 • • B B e Where thermoplastic striping or markings exist, they shall be removed by grinding or sandblasting. Where such removal operation is being performed within 10 feet of a lane e occupied by public traffic, the residue including dust shall be removed immediately after contact between the erasing machine and the surface being treated. Such removal shall be by sweeping concurrently with the erasing operation. Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as e provided in Section 7-10, "Public Convenience and Safety," of the Standard Specifications. e 10-9.4 Applying Pavement Markings - Traffic legends shall be applied in accordance with section 310-5.6 of the Standard Specifications. 10-9.5 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, "Pavement Markers," and shall be removed and placed in accordance with Section 312, "Pavement Marker Placement and Removal," of the Standard Specifications and these Special Provisions, e Epoxy adhesive per section 214-6 of the Standard Specifications, or an alternative equal approved by the City Engineer, shall be used for installation of all raised pavement markers. e Special Note: The Contractor is advised that the City requires epoxy adhesive in accordance with Section 214-6 of the Standard Specifications, or an alternative equal approved by the City Engineer, for installation of all raised pavement markers. Bituminous adhesive, as specified by Section 214-7 of the Standard Specifications is not considered an alternative equal approved by the City Engineer. However, if an Alternative Bid Schedule is awarded in which the bid item description specifically includes the use of a flexible e bituminous adhesive, an approved flexible bituminous adhesive shall be used, as indicated herein. An approved 'Flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous adhesive, product °HE184 — Flexible ❑otstick", manufactured by Henry e 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. e All existing raised pavement markers shall be replaced, and new markers of either reflective or non-reflective type installed as necessary to meet the appropriate Caltrans standards for the roads within the project. All lane lines and centerlines delineated within the project, including those streets currently delineated with paint or thermoplastic, will be delineated e with pavement markers and not with paint or thermoplastic. All channelizers removed by the Contractor's operations shall be replaced in like kind, at its expense. The Contractor shall install all raised pavement markers and reflectors, not less than 14 days after completion of slurry seal as the job proceeds along, and shall rabbit track the e proposed project as the job proceeds before completion of work each day, and not at total completion of slurry seal. CITY/CODS ANNUAL SLURRY SEAS CONSTRUCTION OETAI US CITY PROJECT N0.07-18 2/15/08 SPECIAL PROVISIONS-SECTION 10-PAGE 15 • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • O PART III-APPENDIX 0 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO. 07-18 Listing of Streets Street Maps • City of Palm Springs Standard Drawing No. 624 and 625 Cal Trans Standard Plan No. A20A, A20B, A20C, A20D, A24A, A24C, A24D, and A24E • CrafcoT11 Polyflex Type 3 Sealant Product Data Sheet • Henry "HE184—Flexible Dotstick" Technical Data Sheet CrafCOTm Hot-Applied Flexible Pavement Marker Adhesive Product Data Sheet CrafCOT11 Hot-Applied Flexible Pavement Marker Adhesive Application Instructions • • • • • • • 2007/2008 ANNUAL SLURRY SEAL CONTENTS CITY PROJECT NO.07-18 • 2/15/08 PART III p CITY PROJECT 07-18 2007/2008 ANNUAL SLURRY SEAL SECTION 25 STREET LISTING SECTION ID DESCRIPTION FROM TO FT2 254005 BARONA RD E PALM CANYON DR 340'S/O E PALM CANYON OR 20223 2544010 ,BARONA RD _ _I340'S/q E PALM CA_ NY_ON_D__R _,_MORONGO TRAIL _ 29097 CARA 2544025 ,JANDA RD �BARONA RD EAST END 42597' 2544030 �CONCHO LN ,JACARANDA RD NORTH END 7956 254035 %ANZA TRAIL BARONA RD ARABY DR 24696 254040 ARABY CIRCLE 'ARABY DR EAST END _ 15516 2544045 'MORONGO TRAIL_ _ _ 'ARABY OR ,BARONA RD 47520 . ---- - - -- - - ----...-----... -- --...--- 2544050 'iESCOBA DR :EL CIELO RI) 'PALM CANYON DR 85977 2544055 'ARABY DR(WEST SIDE) i E PALM CANYON DR 135'5/0 E PALM CANYON DR 2498 I__254060__ ARABY DR(WEST SIDE) ;135'S/O E PALM CANYON DR ARABY CR 270001 2544035 ARABY DR _ ,ARABY CIRCLE SOUTH END _77472 254070 SMOKEWOOD AVE -- ';ARABY DR WEST END - - ---- 19188, 2544075 ICHOLLA PLACE 'ARABY DR 'BISNAGA AVE 5103' AVE 14040 2541/110 CAROB CIRCLE E PALM CANYON OR E PALM CANYON OR 36261 254115 PRINCESS LANE ;SOUTH END MORONGO TRAIL 85731 2544120 SOUTH END MORONGO TRAIL 8972i 2544125 SULTOAN CIRCLE 'WEST END 'ARABY DR ---------- --- - - 65381, SECTION TOTAL(TYPE Ip: 488947 i Y �fIV � C.1R• c �rrrllrllf......w n•4rp! 't tyoa' . y h, +fllll)n„M1,�,,",a 99OIYMlpds v •� b' r co-° '•, .qny �hvnrsly \r`f o' W S � Yfyr � y n� Al a V a \ LT "� 4' \ �'•F Z +, fTtit�ti - r�,C t ° � Z.'�rtp' Iml 1 31, Y[ f Ix5 hl Iy q JI yy fit' yN�J v y il\11`rHo3X X. 1, • O CITY PROJECT 07-18 2007/2008 ANNUAL SLURRY SEAL SECTION 26 STREET L15TING SECTION ID DESCRIPTION FROM TO FT2 '2644005 TOLEDO AVE LA VERNE WAY MURRAY CANYON DR 279207 •2644015 LA VERNE WAY S PALM CANYON DR CAMINO REAL 150003 '2644020 LA VERNE WAY CAMINO REAL E PALM CANYON OR 24W7 2644025 CALLE PALO FIERRO 'AVENIDA GRANADA LA VERNE WAY _ 94203 2644046 CALLE PALO FIERRO ILA VERNE WAY TWIN PALMS DR 47313 2644045 CALLS PALO F ERRO TWIN PALMS DR F PALM CANYON DR 16154 2644050 CAMINO REAL E PALM CANYON DR LA VERNE WAY 171090 2644055 CAMINO REAL LA VERNE WAY 5 ALHAMBRA DR 101565 2644060 'FLOR CR CALLE PALO FIERRO WEST END 10890 2644065 SA_N JOSE RD _ CALLE PALO FIERRO 5KY VIEW DR 3$840 e 2644070 SIERRA MADRE SA14 J08E RD AVENIDA GRANADA 45396 2544075 CANYON VISTA S PALM CANYON DR SIERRA MADRE 20520 2644080 AZUL CR 51ERRA MADRE EAST END 10746 2644085 TORO OR ISIERRAMADRE WEST END_ 10782 2644090 ALTO CR SIERRA MADRE EAST END - 1 W82 2644095 _CALIENTE DR VIA ESTRELLA SIERRA WAY _ 92700 2644100 _iCALIENTE DR SIERRA WY LA VERNE WAY — 36000_- 2644105 LEDO OR 'ITOLEQOAVE WE5TEND_ 10116 _ ___ TOLE60AVE WEST END 7074 2644115 ICABI DO CR 'TOLEDO AVE WEST END 9153 .__--_._... ._._. ._. _ _. _ . .. 2644120 'CONCHA CR TOLEDO AVE WEST END 10782 2644125 ,BOLERO OR _ TOLEDOAVE WEST END 10782 2644130 ALHAMBRA DR CAMINO REAL CAMINO'REAL 71856 2644135 BALBOACR CAMINO REAL WESTE,ND 15210 2644140 ,YOSEMI7E DR CAMINO REAL SOUTH END 66596 2644145 SEQUOIA PL YOSEMITE DR ALHAMBRA DR 17244 2G 44750­;VIA LAZO CAMINO REAL CAMINO REAL 42876 2644155 (SIERRA WAY_ (CALLE PALO FIERRO �CAMINO REAL 47061 �2644160 51ERRA WAY ICAMINO REAL CALIENTE DR 46116 2644165 SIERRA__W_A_Y_____ (CALIENTE DR 'TOLEDOAVE 39528 —._ . . _ 2644170 SIERRA WAY SOUTH END 9927 2644175 ,MA RONA❑RR _ I�SIERRA WAY TOLEDO AVE_ 62604 2644185 _ IROJO CR166 A DR MADRONA DR NORTH EN DR 24840 _ __ _ NOR7W END _ _ 6750 --___ - ._ ._ . 2644190 I PLATO OR NIADRONA DR NORTH END 6597 2644195 ILUZ OR _ _ _ _ _IMAORONA DR NORTH END _ 6660 _ 2644200 FIJEGO CR MADRONA DR NORTH END - - - 7236 2644205 TULARE DR IMARIOOPADR 'LOBO WAY 25200 2644210 LOBO WAY - --- TULARE DR CHICO DR - - ---- 14904 2644215_ J HICODIR (LOBO WAY iMARICOPA DR 16432 2644225 ICHICOADIZ OR — -- ICFIVER50 DR vviisSOUTH EN 6885 _rc 2644225 'ICADIZ CR ALA VERNE WAY SOUTH END _ 15075 2644235 (TWINWI PALMS DR ILA VERNE WAY iARQUILLA RD 60480 _ _ (TWINN PALMS DR ___IARQUILLA RD ___ ICAMINO REAL 41760 2644240 T PALMS DR - ICAMINO REAL (CALLE 92 (T PALO FIERRO 115 __2644245 WIN PALMS DR __CALLE PALO FIERRO iS PALM.CANYON DR_ 46620 2644250 W PALM CANYON OR — 5 PALM CANYON DR iE PALM CANYON DR 32436 2644255 JARQUILLA RD IE PALM CANYON DR TWIN DR _ 52 13869 264g260 NAVAJO ITWN PAL DR MS DR LA VERNE WqY 506, ',_2644265 _I MARIONWAY I LA VERNE WAY _ _CALIENTE RD 1$662 � 2644270 �MARION WAY CALIENTE RD INAVAJO DR ' 28350 2644275 'MARION WAY _ NAVAJO DR _ iJOSHUA TREE PL µ I 9649 25 200...IJOSHUA TREE PL IMARION WAY IANZA DR 24975 2644290 ANZA DR !JOSHUA TREE PL _i NAVAJO DR_ _ 6003 __. NAVAJO DR CALIENTE RD 24849 2644285 AN ❑R _ I _ 2644295 IANA MARIA PL ;MARIONW_AY ANZA DR _ 11448 2644$00 IYUCCAPL - — IANZADR IMARIONWAY 15147 2644305 ,CAMEO WAY _ JOSHUA TREE PL CAMINO REAL 8928 2644 LA APACHEA RD 12336 2644315, CALIENTE RD �I,LA JOLLA RD AY IAPACHE RD ' 123G6___' 2644320 APACI•IE RD IOALIENTE RD INAVAJO RD 13221 2644325 1NAVAJO CR _I NAVAJO RD _ ----SOUTH 5733 __ IAWAC�H­E CR APACHE RD 'SOUTH END 8532 264435" IAQUANE1 A DR TWIN PALMS DR LA JOLLA RD _ 17-33 71 2644340- AQLIANETTA OR _AQUANETTA DR EAST END - 5733 _ 2644345IAJOLLARD CAMINO REAL INAVAJO RD 17874 2644360 .._— __._. _ 2644350 ILA JOLLq RD NAVAJO RD IE45T ENO 41409 VIAAGULIA I_LA JOLLA _______ITIMN PALMS _ _ 17640 __ • I�2644365 I PALM CANYON DR IS PALM CANYON DR ICAMINO REAL 144769 . ,E PALM CANYON DR CAMINO REAL SUNRISE WAY 235507 SECTION TOTAL(TYPE 11): 1979101 . SECTION TOTAL(REAS): 1057913 • •-Indicates these street segments shall receive installation of rubhenxed emulsion aggregate slurry seal(REA.$)or FLEX SEAL. � eeee. sasses • eeeeeeeeeeeeeeeeeeeeeeeeaeeeeeee - a SoiM �n+-M CANYON ows nl i urr Fi 21 t m F mC - GI {� J I 1 f ° �' F IC t L �.1 ry C K SIERRA p < �2 � T VV.ENSCiY�d. - � o a L PAL I! a _ " vu A 41r ....Ly Q� _ CAYIHO REAL }1�A9 a � A +s' � •t � •• � OV1NFT i{ OR � ,l` ^ •' s i ��+ o CIA a � r � y6 i .A n 1 S .. ...I : :..'. is t A I` SILLrCR1 IF [ 4 } L A I [jj`FF CR T sa 9 v Sri '� 7 F pl * Al ro YF r C•; C� f r eA •�c�oGG—__ rlre '� �G iaa YR nR 0 it n [uLaRe ea "Fri R o l r,1 Yq a n 3y} c2 :" a ° e Y (��\ wwGco ra CAYIMO r104 WENT AO&O i � p O� 7� O • CITY PROJECT 07.18 2007/2003 ANNUAL SLURRY SEAL SECTION 30 STREET LISTING SECTION ID DESCRIPTION FROM TO FT2 3045015 !GENE AUTRY TRAIL FRONTAGE EAGLE WAY PAR OR 17712 30451026 SEMINOLE IRO __ CHEROKEE 677 WAY _ EAST END 7 _ 3045030 LINDEN WAY MATTHEW DR E PALM CANYON DR 25974 3045035 LINDEN WAY E PALM CANYON OR SEVEN LAKES DR 43749 3045040 �CHEROKEE WAY SEVEN LAKES DR E PALM CANYON DR 58500 $ 45045 0450 i I_CHEROKEE E PALM CANYON DR 'MATTHEW DR _ 41427 _ _R_HERO EE_K_ E _WAY I 'CHEROKEE WAY 61660 LINDEN WAY 64998 3045D55 IMATTHEW DR 1915'E/0 LINDEN WAY E PALM CANYON DR 31023 _ 3045060 SEVEN LAKES DR GENE AUTRY TRAIL 'CHEROKEE WAY 70596 _ 3045065 SEVEN LAKES DR ROCHEROKEE WAY I__ _ ,WEST END ' 10611_ 3045075 WAVERLY DR BADMOOR DR 'GENE AUTRY TRAIL 27126 3045075 BIRDIE WAY WAVERLY DR 'EAGLE WAY 57M 3045080 BIRDIE WAY 'EAGLE WAY ,PAR OR 32130 3045085 PAR ORwµ, -.w ,,,_ _ ,BIRDIE WAY _ ,GENE AUTRY TAIL_FRONTAGE _ 1_82G1 50 3-0 60 DIVOT LANE PAR DR ,EAGLE WAY 30447 3045095 EAGLE WAY BIRDIE WAY GENE AUTRY TAIL FRONTAGE 17721 3045105 E PALM CANYON OR FRONTAGE CHEROKEE WAY iLINDEN WAY 21087 $04611D IE PALM CANYON DR FRONTAGE LINDEN WAY 'EAST END 19557 SECTION TOTAL(TYPE II): 595584 Y Y Y O • • Y SEI EN LAAES . .. . . COUNTRY CLUB T L J r b ..:..—. v. .... .. .......... ... A4 '^EST L\hC -0 r FOP.'E .. .. .... u ' TE L wT w e CES[[Y LIKES C[1 SEVENTA L CA+i Y`� niv.TC lC� ONIVE 1 A Y111/ O [ A WEST INA MCNYC EAST IINO Illry[I N N R.E� CJACE F c A L cAnran c ° f 3ANG3 M eN KR E HOBgOB MOBILE . ,v ;erlNa VILLAGE n °Rrrf A- vor'.y 7 y A 1 [ - /uAr[e[ C - SATWIM1 My T T Y TTX W C MEL [ 11 E .__m 1 e - ru[r w" �..../'/ 1,,`IIIIIIIIII(1111Itllplglp 4� h- PLUTO YOOY K - SUN Nl v. - L - COCTUIIf n - ovf NEP SAFARI PARK 'IIfIIII«�t SAFAA1 Cwl M[ OIL Y SANTA A ' 3- r NTA MARIA NI .- SAMTA MONICA S- CARSI[L M.. {- SAN SIYLOh T- CAYAAILW M. 1A/1TA I. ULA [- DEL YAN q- [[WMAT OR : LMy11A CA. I- w"A M. i]- UALIW COSTA A- COSTA MESA ON. • • • NO, REVISIONS APPROVED DATE REGULATORY WARNING OR GUIDE SIGN .OBC GAUGE ALUM. SIGN WITH HI-INTENSITY LETTERS AND 19ADKGROUND COVERED WITH 3M 1150 GRAFFITI- PROOF OVERLAY SIGNS SHALL DE ATTACHED TO POST UTILIZING TWO UNISTRUT DRIVE RIVETS NO TL 3806. N 40' POST OF SUFF'FOP LENGTH TO EXTEND FROMSLEEVE 'FOP OF SIGN TO — 7' INTO VID 54�OF AND STILL u PROVIDE T OF CLEARANCE Y W J J V2_ U W IF 5/W � 7 5 LL eWj O � Y 4 U a m --— 72- PLAN VIEW IF S/W 45' EXIST F 5 FACE OF CURB .c z/ \ -- E DETAIL BELGW o 4o] FRONT ELEVATION BE FADE Of--" 2-I/4 ' x 30" (I? GAUGE) • 2-1/4 SIGN TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING SURFACE. ° EXISTING GROUND T~n 0 M 90% 88% o � I POST INSTALLATION DE AIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: // DATE: DEPARTMENT OF TRANSPORTATION 5r J 203 CITY ENGINEER R-C.E, S DRAWN BY: R 8_11_ KILL No- STAWAR45 SIGN INSTALLATION CHECKED BY: E.R.F DWG NO. 624 - o r; NO. REVISIONS APPROVED DATE •J'yr;-- '. STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE W `-j NEAREST THE B.C.R. mm o ; 8' I 12 r-URB RAMP :n:•. - .SFE DWG. 212 ; OCR o 'r FACE OF CURB o r o � STREET CENTERUNE 0 0 4! 7R"WED ? I STREET o CENTERLINE o � NOTE: o it ALL STENCILS TO BE CALTRANS METRIC: THROUGH ARROWS TYPE I LEFT/RIGHT ARROWS TYPE IV - DROP ARROWS TYPE VI 0I o j CITY OF PALM SPRINGS APPROVED: DATE. 28931 PUBLIC WORKS & ENGINEERING DEPARTMENT CITY ENGINEER R.C.E. 0 STOP BAR AND LEGEND DETAIL DRAWN BY: G,F.F. FILE N0. STANDARDS CENTERLINES LANELINES [CONT] NO PASSING ZONES-TWO DIRECTION DETAIL 1 Iz L3NE .Ic<n051 mtra3nE xlcnr3Ysl DETAIL 12 e•-°" DETAIL 21 r� s",� '*' u' v'-.• s z I ra' .a' .•i 0 _ ® ® o 0 `— 1p.,o IL H 3 DETAIL 2 DETAIL 13 F a•-a' r a' ra•-r a' .' e•e• re•-a'® iz' a' ia'-.'—► DETAIL 22 zo'�.' I er-r ns.'nnm•a�sanmve..m=p ® 0 0000 m F ® ® e BE?Ail: -_ °moll a e Ieieo DETAIL 14 E '_tl' i+'_°' 1a'-0' ! �,_ 0 193^� y la�_M1• TIE•_a• ell m 0000 0 0000 m 0000 © xr-n' zr-a• DETAIL 23 F DETAIL 4 .e'-a• DETAIL 14R lee•-a• ®®� ® ®® ® ® ® ®® ®m� �_ •o' -u' ra-°' 'o' •- ' �� rLP�-f y 0 & 9 TYPICAL LANE LINE DELINEATION OI ® ® ® ® B m o m o m o m y , . �— NO PASSING ZONES-ONE DIRECTION LEGEND IN ADVANCE OF EXIT RAMP m DETAIL 5 3a rTD-TIIL II vxEcs 3 � DETAIL 15 0 rer A WTtt 4 -r.n__w.e f1 ° � ® irPF sr Yeiim•in-.eri eo.�.. y Jff 11 = ff TYPE a T.m-c Tzar aeir[.-ef1ec��r• �� _I ` IIE y Y O y TYPE ° T.a-.m f_Ile. r-irorer,i.e x DETAIL fi ee•-s• _ l3<'-0� ur_,o r> F re+ ' r •-e' re' 9ETA[L 15 TYPE °ana, near a•:.xen.c r.. .] % ii•f iv. .,: ice. e_ pl y 8 ® � 1•� n � TYPE X a+e-¢r Ten ur<i rorelncri re ��CE raLL 4 ® ®_L LINES nu-0 C, is 9, DETAIL 7 • •- A tr_a• za• . Q 1 r is'-°' a'-a` m'-°. �� I Nl a is I. re T oleo .n conmrni ae n m ®® ® ® ® OETAIL 1 P ea'-e- e•rm io. im ..rr, s...'t' ux .n to .e mm Z, i�rne�rn. o, ..r�c-+a� iz. LANELINES 0 0 ®& 0 gA MARKER DETAILS N1 nErna e (WLTILAr.'_ANH. sl 290 1 y �.�. ra• .• Ir•o^F Ix' .' !x'a'� DETAIL I8 0 0 o F y 1 �- �-7 DETAIL 4 ae•-a' —► _� x' a•r-rr, u•-.' ma DETAIL 19 O� DETAIL 10 aJ 31. o. 7 $e,_°- 9� TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE H a 0 0 0 O O O Dr DETAIL 20 e ' 4iP111T1EXi CP rawsverum �� ! r�-_.'• _ 1 r..' le•O iP•-°- rl'-e Nz�ro•e nec�l.c rote PAVEMENT MARKERS DETAIL 11 000 FL? ' AND TRAFFIC LINES -->— '_'-•� 3.'-L" 'a`0" y ° ®�® `� ® a®® ® ® ®�� TYPICAL DETAILS y o o NO SCALE A2OA • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • LEGEND LINES LEFT EDGELINES MEDIAN ISLANDS VJUER& � 1"mlee IOIVIEEN NI Ills] ® TYPE AY Ye[ICn DETAIL 24 DETAIL ze Non-Tenet nve rra le. /,,,1„rn 1. f— TYPE o Tra-.ar Direct—of Trcrel ' TYae e lIrl Pa.lrrooer-en en irr +6em,.:.n.ree•<m.:'�.c•,w;.m.��+ TWE N ">U 9irA[L 25 a INTERSECTION rra... a •• TREATIAENTS DETAIL 34 Ito• s' ' �— +1 x' o' +a'-o' Jx'�u'�a Is'-o' I z.•_a. x.•_e. x.•_e. � DETAIL 25A DETAIL 29 r•-o' a'-6- i " � a EPA ® I e c o ■ "I L_ ® m 624 e s e n ® ® m e»—T y ® VWF T =� a.•-u" >a-o- va'.s' a•-s• 1z'.s1 Ic'-c" I la' a• al ^ 1 a'a' F zg•.a'� ^f 1 •J DETAIL 34A gJ DETAIL 26 T d —E., o: Irc.elo] nc/� ? Z� ' low3' a 6— 1�� �® 36'�p' I+® �T D ® ® ® DETAIL 35 6•-6' �I +ss'-u' O: cm a ® E ® 10 DETAIL 27 DETAIL 30 mm LT Tl N DETAIL ISA ±ro j L* r pl 2m ®--r x RIGHT EDGELINES ®®®®®®�@®®®0,9� —��-1 Ic<' s +Teo O TWO-WAY LEFT TURN LANES -I MARKER DETAILS 9� r BE-A:L 23A D-ran an cz lelea DETAIL 31 _ a, DETAIL 270 —► rz'.v. 36'o' Ilz' m. 'is•-c- X SK'-+% 3;5'mom EOge Of irvralea nv! mil• � _ �r RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 66•-0• ---------------- ryl S INTERSECTIONS �_ µ, 1-1 a• 6' xr-s f r c :�111 DETAIL 27C ® ® SR=mmms=mm TUB TYPE AY TYPE D TYPE H s- • -s' 3'-e• a•-r 36' e' x'a'1 0 o E7 I� I II'-o' I I2'_a- +x,p. 3._0, ® ®--T ® ® ® ®� o a DETAIL 33 ss+o' =•I sTa[.ti• sn.ca+c �� 5• '�e� a4 1 Il O- L4'-G :1 CEa♦il�fj i+ P F5a�r5iplallt m®®fm�m�®®®m®®mmms®®aa ocom@mm®mm®man1 0)'e'u' PAVEMENT MARKERS AND V:4 I 15 g mm®® I e'o o r,®o- �� TRAFFIC LINES TYPICAL DETAILS - r-o' +a+o' I ®®®® m ®O®O GOOD B1—{ r;D SCALE - ®OOOOO®OOO®O®DODO®®OOO®O�®OOO®®mOm O��T I A 20B ' I OEYAIL 36 EXIT RAMP NEUTRAL AREA (GORE) TREATMENT Eage or 1 ro,.lm.ar Ito lnlln.l 6 2006 E'Ilpite ST. Oeo cly 2iB R'vnl le lire Lrne Sid PI n N3 •mA r:ya.)tt�<�.tnnn'yn..�frtra 7 o see De+nu zsA a•a H., ezca LANE DROP AT EXIT RAMPS R•- ° DETAIL 37 R.P•O•a• Yr nil, In,...nu !�3'.W! ° EEge or 4"Tel 3W la-o' n 3 �6 pI rrareme.ry (ru2P rc� Irma —i ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT ID 9 ED 0 9 C7 0 9 0 p a 0 G a ED 6' 0' Qti 3 DETAIL 36AWill. Im� p'm . e Ecs. of tree I.no, J—Fnrn_! —i •'-p s•. oem,q!a sre Pl on uc° see N.." zra 1 DETAIL 37A S•E PI[n R203 A[peal O+ y inr lrngl `-c¢ Oe rcl ]6 1"mire line I � I ee e D-+g:l,, 0 or Sr Plan r. a'rmu- line � tree A ncrke ra oP•ic�al �_J 6'-c _ Edge or rroeelee yr Ircmal J' 0 Sz'- iU' �... oe-e.I ZRe3a Q The .o:o cMrrwll�inq I,on ! Croy x o+ •A a mrr rr, .r.r. inq Icgrn Gla i anlA2essA LANE CROP AT INTERSECTIONS ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATIAEN7 DETAIL 3713 r .-a >n'-T - - +''g! Ir y DETAIL 368 +'6nlre II. Cage or trorued.or Innlal6n.I I I =I o a c a l o e o e o o e Sfd Plcn IA2p3T� + ���B-eni re line sal P 'a 13a a_ s. o..a�l 3a N l lvo-.5.� •tart�c—► O n F77 s'raae I�r. DEiAlL 37C y ."taut+ Ilne To'-q' .d-o a'-r r'-o' :1'o? i'P' p-°- � Eeq-dr o-r•e led .=r Iro�P] � r ' MARKER DETAILS 8B a 88 8B a 88 88 B 88 88 B Ae 88 a 88 988ap B88.i 6'-O i L— se.0.1011 zs6 '! .. ]'.o z' •.1�-0- s•e 3,_ . M y-_� J?,-_.�- rrrw,+ v.rrc—� sla Pia-.Azw Sr0 Plon A200 3 r •.X `r� Sl.rr M C 1L LEGEND .swmeel W TRu+Y'R']aTLi. gd116ER5 � o \� PAVEMENT MARKERS p rrPE A enure "n r!nlm;.e AND TRAFFIC LINE ' ® TYFE C Re4-clear Perro•eflec:6a TYPICAL DETAILS Q mr¢ a one-ecr necr Rertcr.rI. li TYPE A TYPE C TYPE G NO SALE f� Dlrx p+l an or irnee+ Re rrcrvfl ec•ire Pw-! A20C I CHANNELIZING LINE LEGEND DETAIL 3B e'mH0 Lire O TIP[ A cote I.m 'WE 4r rellae nm aerl af..e L' o u o Gur 1 xce - 24'-L' lYF[ C One-vpy Clef P?Ife«rlectl.'e IDrcugn SraSS,c �7• a'Ye11ae L— DETAIL 38A e eTr2 Line F Yi r.crM Of Trm'er f15Y.i hfT6[el2P,t lllmfft. t MARKER DETAILS x[,ref..1 r gGrr°-ere6cH.G w.[ne r [icr" 4[C[G.~ 0'Y'.See NO r[ ] n+e 60! ftte]5-�,[ -O 4."� See 1b,? 3 DETAIL 388 a-eni Ll re ne � �� —� 0 o SECTION A-A SECTION B-B emnercolo ellre POr..nenf l� —► wl.era occ co.n:ire.?rsom 1 S OETALL 38C TYPE A & TYPE AY TYP_G - OI a 8 8 8 8 8 a 8 8 8 8 8 e RHrererle«n. r«- f x• p z vL�� O �6 F:n 1GNd e1ale+Mur sur 1pc- sM1 PLAN nI PI AN i �s PpcE N(Siff-e Tea n0 TrOf[iC D; tYJ[ 21 IiTVe I] RECESS DETAIL FOR IV BIKE LANE L114E � . S RETROREFLECTIVE PAVEMENT MARKER >i DETAIL 39 �6'mile LlrG Teerr.w.Gllc uT1[r .' G'%' 4S'-4%' RECESSED VLARKER tiOTES: ' OE Tk1L FOR RECE SSEO �� a 7HERUOPLASTIC TRAFFIC STRIPE ,' �I.1 - ::;:,ro..,. r INTERSECTION LINE -[ gema A em e. ;r o c-Hn« D BIKE LAME RECESSED THERMOPLASTIC NOTES LLB. ': DETAIL 39A aa•-o" 1 cHm •. �e « cr f garore neu�.e Fpce ^° - .,t. _ 1 r�ca1 o-arre 1, ro11s r 1 ��c.M1taenR c.1.. N �f—� T Pa•ene 1 mnrnen9 pal lerne. � ec- s o nsGc forT 0 0 0 B.OrR q�GI tM Nrtf�Ten0611C Iri.t6t[C Of. rqa a M it O, e'-a' 6•- G^rn11e Lin' c:1N try.ene lay ocl« L io YF a rx rro ar[y4ertc uat�za. Q. LANE L[NE EXTENSIONS °a [� o ``qn « ee I I TYPL C & TYPE D 1YPE G F. TYPE H THROUGH INTERSECTIONS see mat[, 1 are 2 33 I DETAIL 90 DETAIL 40A RETROREFLECTIVE PAVEMENT MARKER L s a o --Ir—y -1 I— FOR RECESSED INSTALLATION ❑ ❑ Q O O oogooa I'Tfille L.re Try I nCM1 Fell Klilp I Sfai[ 3 [u.f[aaa CENTER LINE EXTENSIONS Fr°rWKI n .R x , !.T, 1 THROUGH INTERSECTIONS PAVEMENT MARKERS I ' DETAIL 41 DETAIL 41A AND TRAFFIC LINES ,, � TYPICAL DETAILS ® ® ® 0 a a 4 ® ® a 0 rvQ SCn.LE q'Ye11m Line Trpe Ai panegerlect.re A 20D D • wr • • O • OOOOOOO . 00 • • Oeeeeee0000000000000000 • Ff I I .-....�.m.•...: 1 •,4 �'� 63 1 er rl' 1 i lI Q.CRIB cI - I 1 ' --1 1 A=w eo rr Vf a.I r I r TYPE I 10'-0" ARROW I r ! 1 s•g' I ° G I A A=>s sJ rr TYPE ffi ARROW a f=25 aq fr I � SI '•'-°"Gil° 3 - TYPE I 1 S`-O" kRROYf . —r a JJI ! Z I II a. 1'°"cq[B t r-p.. a=42 c� ri N. J TYPE II ARROW , _ A-11 50 rf P.[LNT LI BNEP mK� 5 TYPE 1 24'-0" ARROW 1-" `R'J —.{ I'-0' [IM LC=T L.E. A=15 Sq R ME uIRR[A I.L4 TYP€ T IL1 ARROW 9 IFU E MIRtYPROR 11 NAG El ARRG'r' �y T s 1 1 fF L=TYPE Y ARROW :TOTE:V NA3 YAFIAf GYS [N B]VEr15 0N5 p[RfRiV Y1 6 C.fR .N TR YS 11Tl v4r aE JccCPIEo ar iNE ENc]nECF. s-cRio �- °-"R° �- PAVEMENT MARKINGS L=r nc n TYPE YiI {L1 ARROW ARROWS R 1>;€ LANE ARROW +w THE M CHI "E wlr [iu•TI A24A • • • • • • • • • e • • • • • ee • ee • eee • • • • • • eee • eeeess • • • • TIt^ BILe —r I o'. .min { QW. r Icre f ! ,N]6 f I a n. ti ! Jl � I � Y PaW'.]R's'au JYak4TVN L14 I i r-o•6R10 I ]-l• • 1=11 5q It DIAMOND SYMBOL - a=* 6p ft S 6"cxto O I BIKE LANE SYMBOL a pc]I,eI A MUer=1I 50 !1 DISABLED PERSONS PARKING SYMBOL 11 1 r Q see nom z 1 I 1 1 1 I I I i ! I r l l I I a II i II l a P=z fiq rr [7 II II f BICYCLE LOOP ff I Y , I DETECTOR SYMBOL I ' 110TES:,r it 1,vlccr r iu.a., In Einens lon= may 6e «<ylm 1 1 l 3 1 1 C/ Irc En9�neer. 1 1 11 I it 1 2.inl6 [o'%i ng synC01 re. i.a5 Ire f [m erroaanol syneol or eacce6s ieilily = ps>r z otY lu,+3rn I! { 1 I STATE 0 CPLFHAHA P P1RTIllR Cr 1P VI•F�TlgY A= Pr>E PAVEMENT MARKINGS RAILROADD CROssI TH SYMBOL _ SYMBOLS AND NUMERALS dFRI 60 fl PCES ills a11CLLtE THE ]'-0'z VL4rWLE l P -B• -11 6]OlH iP#b1Er sC l]M1LS. A=1L5 6Q r: P=16.n eq !I R=19 5 fip R h'0 SCALE NUMERALS A24C 1[QI[nl[°IIIIIp111[II nl for fllnlln III 1uue[umonon nou ! � rnnolo. nvlmlm�lnn 11mnIU1l lln 110'Imlfnllll'firlllll� a1•,pp�, m}iINCHuIIFAIJ In m r,1�m11�'mnnmr minnnmmrn uulrnl'rnio E 1111111111 Im111111111'111191! 6111��fii111mIQ1111111a1111°Ill°ui10i In III '1'1[11[I11111111'1'1 [IIIIli11111"it l' fniF1111111i11n1111���� lullll,ll p�i41111111ml 11 111 lnl'11111A1 ll�l��nIII llnllnllli[I lml[nl[ lEnl[ 1 ff flrr1'1111p9 11°IlilillhVll(�11rp1L'1'1111111i111111 11�1°ll'mmll[1 1mi1011011s 1 141n'11°Illll°illlI 1a91[II�11[11i�1 I�Ilfi'If11111�11 _ Willip p �, p 1'mllll I1�911ut��11�i1I11�IIIr�IfDlf III L'qql Ilil IllllI&A III1111111111 u111111'"I nil pj'jlplIlpin°n @Ifi�11I11111111 n"Iml ImIn IIIIIAIIHII FIIII tll'mnmm111119nmtona7EF plllnlnlrnmlel L'aSr[II11nInnpAln ntun�rin �rtnlilinlii�l IAplml11i1111,R1114111lin mmnuumI IFFpN�I mnrm HIS nlm� Nil l 1 1 Inm�Al, 11111m11111111n1E►R111m t1Oliniilni1 1111r1 ' lnlnllll l'lIL['1 il"1i111inio°�'iim rnnlllnlltlllm[ 111 Im nn n1lFlll1 11111 1 Iminil[IIlllu 11 1 1 1 illll lmnllm[IIIII lulllnllll[IIIIII[Illlllul illlmlmlu11In" 1� Milllllllrlllll llllulm1�11111 Irllllll n Iln Luiimmippiiriililmiiii 1i1i°piilnll0}iL911111 11oY1'liiim'reli��i °�imi'ontQii IAIIII mmimmglmn'11[IIIIII I1Il11l111[IIII� mltl ntwi ll lllt fll nmielu'11 111111 ii%i�ilni'HHHOUIi91i it 111111�iiIlli °9 one! I����iliii iII inii°ni1� iHim i��i111111 �'11 nlit oylnonu lnnmill 11in I11muI°1R R111i111m1!'iiilr�le IF i lmulriiA111iiifrpl'111n1 1111111mi®1ii I1�71AnHii'iiiia'1 1MI 11111 nil nio ' �'iillimii}��11ii 1i'111n Jimini°i'i�°nin liinumainr ie�il�iinliniNi Illn 11111Y1piFlllnlllllulnl V1O 1 nlll� InL[II 111 nminii In I iniiptmitai pI J ntenmi t[�i�Ar� ±Illlulll 111111111111Y�In}illMI timinii �l pmo111mIn 11 nm'iUl�l iaHII iluiil°iiiniiiffli 'rlill�Illllll�iliiiiilloli ildlli�l ►il ���i�mill HIM1°n en'll'iimo�a !In' l1 It®1nl einuI �l 'i°nilmi'iiiliiin11i1n►i°i�1ii 'iv°n'iavi�iis'iiiiliiilO 011rnlrnlnl 11 11lnIROJ111[11 pl li°In1111Nll1m HIM 11111I°l n11111111�1u1°i' nlOEmllm MIME ® mml+mul IlimnuiU n nmllunt n WINnn1 ®®®®®�® MAE! lJiIN I liim'i°nlliiii r�im�iiuiiuI iIIHMI1oi a ®®®®®® pmll Hill 1111 Illm� niiilllnl Imlll ! IEIm WHEN [on IIrY°1iin`'�1i�1' 1lnnl 'ui'li1°�1i 11i�ii�lmini� lii°oil�ii'l[ iO inii i lull lull "i°i�iinvi�in 1m11111 1iu mnmrnn 1°nmilli a I � , I,k w „ , ,rE � ,o I vul .— 1 f Nay is zco- �_ I f I ! = 1 f =II C! r I II 1 1 I 1 I 1 I 1 ! .. I I I A=29 sa ft A=27 sa ft 8=21 sa ft A=22 so ft A=14 so ft I I I ! i O I i I O I I I I I I 11' I I m f I MV INGS W I i EN = fI 1 ! 1 [ L IC a' 1 E 2I z. J f 3 JS 20 v1 W , S .I F.- i^ �'� nY 16 A=23 so fr 6=21 sa ft A=20 sa -ftl A=16 sa ft A=17 so rf T KIIDTES: r or n a I.0"YtHe ma n.a ire Fi st.crc�=nsmo[ecr.�ares it Z'oFslne tl'cr�a'-_ens f[r�lae sGeEe- sc SEW »I rncR— o leo eimes a rM_nolsnl f Ino Cr[.b�1_rs.Tn=Woce rtm o N cpwv2r.ol ely rn_re R..'2 ie Ilrt.n es sptte Waiss of Town—lllions. 1.NI m- , riC llwls eln CJ,eiane ne, ae oaep ee Ly Ir4£ng�necn In CROSSWALK AHD LIMIT LINE a.Pc eesrtlgnlsoya Ixl l e.. n area Y.•Y.��r nn cic nrt'o1 ncr c�saanrmee br =c�r�_Iine ' See rbtb 5 q 5.Cru col k3 wnli guff b scrml o [a o=_ 1. be I'-o yFllan I 1 • �f Iin_ss in place of I' O'spite anann. y 1 a� i'— �c 6 rmlli li es.For lyp,ccl Iw,a liens of raorklr5--wsns Sl-,j-d Pi II IIIad ❑ v v ❑ ❑ ❑ n'e A9'J3. 1 , Y111a PS of T,Trr eo- q '1,D PA?F[IIV,e.wlI be Aintad In IN 12 re lI—n 1 :M'I 1 i o� sasce lE3l tr icn3l es I�-Obla to }rofflc earns nenl irlcl also Iocm eG,o Ilol G Ss 1 rrrr 1 , • �� orregigf OEPRi TVATE 0 illa 1.5 P 0.li di AN A=2 sa ft sae Hmae 6 or. T YIELD LINE PAVEMENT MARKINGS F WORDS AND CROSSWALKS NO SCAILe A24E i e e e e e PRODUCT DATA SHEET e CRAFM,Nc ' • AN ERGON a COMPANY PART NO.34521 e 420 N.Roosevelt Ave.•Chandler AZ 85226 JANUARY N104 1400.528-6242•(602)276-0406•FAX(480)961-0613 ewww.crafco.com READ BEFORH LASING THIS PRODUCT eGENERAL Crafco PolyFlex Type 3 is a single component,hot-applied,petroleum based product which is used to fill cracks andjoints ein both asphalt and Portland cement concrete,pavements in hot climates PolyFlex Type 3 is supplied in solid form which when melted and properly applied forms a highly adhesive and flexible compound that resists cracking in the winter and is resistant to flow and pick-up at summer temperatures,Polyflex Type 3 can be used in highway,Areet,airfield and parking lot pavements.It should be applied to pavement e cracks using either pressure feed melier applicators or pour pots. Al application temperature, PnlyFlcx Type 3 is a medium viscosity product which flows and penetrates cracks. PnlyFlcx Type 3 is Formulated as an economical yet effective pavement maintenance crack e Filler product. Compared to products based on reclaimed rubber, PolyFlex Typc 3 offers lower viscosity for easier application, improved summer temperature pick-up resistance,quicker set-up limes and'unproved low temperature flexibility. e e USAGEGUIDELINES PolyFlex Type3pavcmenttemperatumperfomlancclinuis High Tempemtuc Oradc('C) we 70-4 for crack Filling Usage recommendations arc shown in Crafco pavement tcmpcmture eC ss sd sD 76 sa egrade charts shown at the right Refer to Crafco product Selection Procedures to dctcmtinc sealant or filler use and pavement temperature grades, e -is e DMINSmtodfor Use 13 -22 u ■ Rcwmmendud ] e . Per(ormmc�l;relic F -0D a eNot Reeoum­,dcd a �Id Pavement Temp for Filler Usage e SPECIFICATION CONFORMANCE The Crafco recommended specification limits for PolyFlex Type 3 when heated in e accordance with ASTM D5078 to the safe heating temperature arc as follows: Test CRAFCO Recommended Specification e Cone Penetration(ASTM D5329) 20-40 Resilience (ASTM D5329) 30%min, e Softening Point(ASTM D36) 210'F(99°C)min. Ductility,77F(25C)(ASTM D 113) 30 cm min. Flexibility(ASTM D3Ill Modified) Pass at 30'F(-1°C) e Flow 140'F(60'C)(ASTM D5329) 3 min max Brookfield Viscoisty,400'F(2040C)(ASTM D2669) 100 Poise max. Asphalt Compatibility(ASTM D5329) Pass e Bitumen Content(ASTM D4) 60%it Tensile Adhesion(ASTM D5329) 400%min. Safe Heating Temperature 400°F(204°C) eRecormended Pour Temperature 380`F(193'C) e APPLICATION The unit weight of Crafco PolyFlex Type 3 is 10,0 lbs.per gallon(1.20 kg/L)at 60°F(15,5'C). Prior to use,the user must read and follow Application Instructions for Hot Applicd RoadSaver, PolyFlex, Parking Lot and Asphalt Rubber Products(January e2002) to verify proper product selection,heating methuds,pavement preparation procedures,application geometry,usage precautions and esafety procedures. These instructions arc provided with each pallet of product. PACKAGING Packaging consists of individual boxes of product which are pa Vetoed into shipping units. Boxes contain a non-adherent Film which permits easy removal of the product- Each palter contains 72 boxes which arc stacked in six layers of 12 boxes per layer. The weight of product in each box does not exceed 40 lbs.(18kg)and pallet weights do not exceed 2,880 lbs (1310kg). Pallets of product are weighed and product is sold by the net eweight of product. Product boxes are ma iufuelured from double wall Kraft board producing a minimum bursting test certification of 350 psi(241 N/emu) e and using water msrstam adhesives Boxes use tape closure and do not contain any staples. Boxes arc labeled wuh the product time,part number,lot number,specification conformance,application temperatures and safely instmctions Palletized units arc protected from the weather using a three mil thick e plastic bag,a weather and moisture resistant cap sheet and a minimum of two layers of six month u v prolected stretch wrap. Pallets are labeled with the product part number,lot number and net weight. Application Instructions ate provided with each pallet in a weather resistant enclosure eWARRANTY CRAFCO, Inc. warrants that CRAFCO products meet applicable ASTM, AASHTO, Federal or Statc specifications at time of e shipment. Techniques used for the preparation of the cracks and joints prior to scaling or filling are beyond our control as are the use and application of the products.therefore,Crafco shall not be responsible for improperly applied or misused products Remedies against Crafco,Inc„as agreed to by Crafco,arc e limited to replacing nonconforming product or refund(full or partial)of purchase price from Cmfco,Inc All claims for breach of this warranty must be made within three(3)months of the date of use or rwelve(12)months from the date of delivery by Cmfcn,Inc whichever is earlier There shall be no other ewarranties expressed or implied For optimum performance,follow Crafco reeummendatinns for product installation meoory,CnJ o,Inc All Rijn Ae•crved • • • • e TECHNICAL DATA SHEET • Henry, HE184 _ FLEXIBLE DOTSTICK IB xr CHOICE,OF PROFESS'IONAL$, e Last Rev Date 00/09/2004 1 Appearance Flow @ 1400 F Resiliency Black solid 0 mm 50 @ 77°F Application Temperature Maximum Heating Temperature Softening Point 350-390°F 4000 F 2150 F • Brookfield Viscosity Maximum VOC Specific Gravity @ 770 F 2800 cPs @ 375'F 0 calculated 1.12 Color Maximum VOS Weight Per Gallon Black 0 calculated 9.2-9.4 Ibis Ductility @ 770 F, Scm/min Penetration 1509 per 5 sec Weight Per Gallon Calculated 45 cm 20 9.3 Ibs Flash Point Ft?claimed Rubber Content 550° F Description HE184-FLEXIBLE DOTSTICK is a hot melt asphalt adhesive,which securely bonds pavement markers to asphalt concrete and portland cement concrete.This bituminous marker adhesive has superior banding characteristics because of its high virgin polymer content and low amounts of filler. HE184-FLEXIBLE DOTSTICK is a hot melt asphalt adhesive, which securely bonds pavement markers to asphalt concrete and portland cement concrete- HE184-FLEXIBLE DOTSTICK comes in 35 pound boxes(3 blocks/box) Surface Preparation Pavement Surface should be dry and free from all loose material, dirt, and dust. 19 • HE184-FLEXIBLE D OTSTICK should be heated in a temperature-controlled applicator with agitation. The application temperature is approximately 3800 F. Apply the marker immediately after dispensing HE184-FLEXIBLE DOTSTICK, and allow to cool for one minute or more before exposure to traffic. • Do no allow material to exceed 400°F. Asphaltic stains can be removed with non-hazardous, biodegradable cleaners. Use waterless hand cleaner on skin. 41 • Henry Company-2911 Slauson Avenue,Huntington Park CA 90255 Tcchnicat Services-Phone(500)•486-1278 Fax:(972)-494-4865 Email tochservlces(@henry com The Henry Company rs tha parent company of 0akor,Inc. . w .henry.com • • CAUTION' Keep boxes out of direct sunlight and rain. (If covered area is not accessible,cover with tarp). Do not take internally. use protective measures to avoid contact with eyes and skin. If swallowed, CALL PHYSICIAN IMMEDIATELYI In case of eye contact, open eyelids wide and flush immediately with plenty of water for at least 15 minutes. GET MEDICAL ATTENTION! Dispose of container and unused contents in accordance with Local, State, and Federal regulations. For exterior use only. KEEP OUT OF REACH OF CHILDREN. KEEP FROM FREEZING. WARNING: This product contains detectable amounts of chemicals known to the State of California to cause cancer, birth defects, or other reproductive harm. . EMPLOYERS should obtain a copy of the Material Safety Data Shoot(MSDS)from your supplier or directly from Henry at the tall free number or website below. Product Sizes 24 lb Box 35 Ibs box Limited Warranty We,the manufacturer,warrant only that this product is free of defects, since many factors which affect the results obtained from this product--such as weather,workmanship, equipment utilized, and prior condition of the substrate—are all beyond our control. We will replace at no charge any product proved to be defective within 12 months of purchase, provided it has been applied in accordance with our written directions for uses we recommend as suitable for this product. Proof of purchase must be provided. DISCLAIMER OF WARRANTIES: The Limited Warranty is IN LIEU OF any other warranties express or implied including but not limited to any implied warranty of MERCHANTABILITY or fitness for a particular purpose, and we,the manuracturer, shall have no further liability of any kind including liability for consequential or incidental damages resulting from any defects or any delays caused by replacement or otherwise. Henry Company-291191auson Avenue Huntington Park,CA 90255 Teciminal semces-Phone(800)-086-1278 Fax:(972)-.196+1865 Email:techservlceEghenry,ceal • The Henry company is the parent company of Bakor Inc. w ,henry.corn 0 0 0 0 PRODUCT DATA SHEET CiblIkEWINC HOT-APPLIED FLEXIBLE PAVEMENT AN EUGONEt COMPANY 420 N.Roosevelt Ave.-Chandler AZ 85226 MARKER ADHESIVE 1-300.528-8242•(602)276-0406•FAX(480)961-0513 PART NO.34270 www.cmfco.com JANUARY 2008 READ BEFORE USING THIS PRODUCT oGENERAL Crafco llot-Applied Flexible Pavement Marker Adhesive is a hot-applied dnermoplastc bituminous adhesive which,when propefly used and applied, bonds markers and reflectors to both asphalt and concrete pavement surfaces.Hot-Applied flexible Pavumcnt Marker Adhesive is supplied as an easy to use single component material which is easily mcllcd and poured or pumped onto pavement surfaces. Since it is a hot melt composition,Hoc-Applied Flexible Marker Adhesive sets up on cooling and is ready for traffic in less than five minutes. Hot-Applicd Flexible Markcr Adhesive is formulated with premium asphalt, polymers and additives to produce a unique material which bolds markers in place acid remains llcxible at temperalums down to 20'F(-70C). Hot-Applied Flexible PavomcntMa rker Adhesive has been a top performing quality Crafco product for over 20 years. Several states have adopted adhesive specifications based on the improved perfomu mcc of Crafco Hot-Applicd Flexible Pavement Marker Adhesive. VOC=0 g/l. SPECIFICATION CONFORMANCE The recommended specification for Flexible Marker Adhesive when heated to the safe heating temperature hi accordance with ASTM D5167 is: Test Specification Limits Brookfield Viscosity,400°F(204°C)(ASTM D4402) 5000 cp max o Softening Point(ASTM D36) 20OF(93C)min. Penetration,77°F(250C)(ASrM D5) 25 max Ductility,770F(25'C)(ASTM D113) 15 cm min. Ductility,3920E(40C)(ASTM D113) 5 cm min. nbobility,l"(25mm),90 deg.,10 sec(Crafca Proccdum) Pass at 207(-7°C) Minimum Application Temperaturc 380°F(193=C) Maximum Heating Temperature 400'F(204-C) o INSTALLATION The unit weight of Hot-Applied Flexible Marker Adhesive is 10 8 lbs. per gallon (1,29 kg/L) at 60'F(15.50C). Hot-Applicd Flexible Marker Adhesive must be melted in jacketed, double boiler type melting units with an effective agitation system. Prior to use,the user must read and understand the Installation Instructions for Hot-Applied Pavement Marker Adhesives to verify proper product selection, hearing methods, pavement preparation procedures, application geometry, usage precautions and safety procedures. These instructions are provided with each pallet of adhesive. PACKAGING Hot-Applied Flexible Marker Adhesive is supplied in yclf-release three compartment disposable boxes which contain approximately 35 pounds(15.9 kg)of material. The boxes arc pallcnzed into shipping units weighing approximately 1,680 pounds (762 kg). Material is sold by the not palter weight. WARRANTY CRAFCO,Inc.warrants that CRAFCO products meet applicable ASTM, AASHTO,Federal or State specifications at time of shipment. Techniques used for The preparation of the cracks and joints prior to sealing or filling are beyond our control as are the use and application of the products; therefore, Crafco shall not be responsible for improperly applied or misused products Remedies against Crafco,Inc., as agreed to by Crafco, arc lunited to replacing nonconforming product or refund(full or partial)of purchase price o from Crafco,Inc. All claims for breach of this warranty must be made within three(3)months of the date of use or twelve(12)mondns from die date of delivery by Crafca, Inc. whichever is earlier, There shalt be no other warranties expressed or implied. For optimum performance,follow Crafco recommendations for product installation 0 0 0 0 0 0 0 to • 0 • ®zoos cw�mr au r,�r:��N� • • s e e e e C�m PPLICATION INSTRUCTIONS eHOT-APPLIED FLEXIBLE PAVEMENT INCNC AN EHGON G COMPANY 'MARKER ADHESIVE e 420 N.Roosevelt Ave.•Chandler AZ 85226 JANUARY 2004 1-800-528-8242•(602)276-0406•FAX(480)961.0513 ewww.crafco.com READ BEFORE 1151NG THIS PRODUCT eGENERAL: Crafco Hot Applied Flexible Pavement Marker STORAGE: Pallets of boxed product are protected with a e Adhesive is a hot melt thermoplastic material which when weadher resistant covering. During storage, die protective wrap properly used and applied bonds markers and reflectors to both must be kept on the pallets to prevent boxes from getting wet. if asphalt and concrete pavement surfaces Being a hot melt boxes are subjected to moisture,they may lose strength and crush composition, Crafco Marker Adhesive setts up on cooling and is resulting in pallet leaning. If rips in the pallet covering occur eready for traffic in less than 5 minutes. Par dulailcd product data during handling, they should be repaimd to help maintain and specifications, refer to the Crafco Product Data Sheet for packaging integrity, Pallets should be stored on a level surface eFlexible Pavement Marker Adhesive, which is dry and has good drainage. Product material properties are not affected by packaging deterioration. e MELTING: Cralbo Marker Adhesive should be melted and e heated in either thermostatically controlled double boiler type SAFETY AND USAGE.PRECAUTIONS: Since Hat-Applied units utilizing heat transfer oil or thcmhosratieally controlled Flexible Marker Adhesive must be heated to elevated electric heating pots. Direct flame melting units must not be temperatures to prepare for use, it is essential that operations be used. Contact Crafco for rccomnnendalions regarding other types conducted In mariners which assure %afcty of the application of melters. Marker Adhesive should be heated to between 3757 personnel and others. All personnel associated with use of The and 425°F(1900C—218°C)for application. For best results,use material need to be aware of the hazards of using hot-applied a Crafco melter/applicator to melt and apply product, materials and safety precautions, Before use, the crew should read and understand product and safety information in on the box PAVEMENT TEMPERATURES: To achieve best and all sections of die product Material Safety Data Sheet, This performance,pavement surface temperature during application is shecl which is supplied with each shipment, describes the e recommended to be at least 50OF (10`C). If markers are to be characteristics of the product as well as any potential health applied in cooler temperatures, the pavement surface may be hazards and precautions for sale handling and use. User should gently heated with an open flame or other approved method check D O.T. requirements for transportation of adhesive at immediately prior to marker application elevated temperatures above 2127(1000C). e PAVEMENT CLEANFN_G PROCEDURES: The pavement on IJA7AIWS ASSOCIATED WITH IIOT-APPLIED which markers or reflectors arc being applied should be clean, MATERIALS: Skin contact with hor-appliud materials causes efree from dust, oil, dire or other contaminants and dry. Air burns. Ovcr exposure to fumes may cause respiratory tract e blowing, wire brushing or sandblasting may be required to irritation,nausea,or headaches. Appropriate precautions need to adequately prepare the pavement surface be taken to prevent contact with the hot material and to avoid e inhalation of fumes for everyone in the vicinity of the work area. APPLICATION OF MARKERS: Hot-Applied Fluxiblc Safety precautions should include: I, Protective clothing to Marker Adhesive should be applied to the pavement sm face in a prevent skin contact with hot material. 2. Care when adding puddle approximately two-thirds to three-fourth the diameter of blocks of product to melters to reduce splashing. 3 Careful the marker. Markers should be applied to the adhesive operation and control of wands or pour pots which arc used to immediately (within 10 seconds) to assure bonding, Markers apply product 4. Traffic and pedestrian control measures which should be pressed down to force the adhesive out beyond the meet or exceed local requirements to prevent access to work perimeter of the marker and to limit the thickness of the adhesive areas while product is still in a molten State. 5. Avoidance of ebetween the pavement and the marker. material fumes. 6. Proper application configurations with a e minimum amount of excesses of material. 7. Appropriate clean APPLICATION LIFE: Application life at application up of excessive applications or product spills, etemperatures is approximately 12 to 15 hours in indirectly heated type melters, Application life may be extended by adding fresh ADDITIONAi, INFORMATION: Additional information is eblocks of adhesive as quantity in the kettle decreases. The available by contacting your distributor or Crafco, Inc. This e adhesive should be agitated while being applied The adhesive information includes 1) Product Data Sheets,2) Material Safety may be reheated to application temperature once,after the initial Data Sheets,3)Safety Manual, heat up. Additional reheating of the material may result in edegradation of properties. when the application life has been exceeded, the adhesive will begin to thicken, become "stringy" and may then gel. If this should occur, the adhesive should e immediately be removed from the kettle and discarded. e CLEAN OUT: If the equipment being used is a type dial requires clean out of pumps and plumbing, fallow the emanufacturer's clean out procedure instructions, If solvent is used for clean out, insure that the solvent does not comarninate e the adhesive because adhesive dilution and flash problems may eoccur. e • � I VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACT DUE ID n: - DATE: I 08 IDDINGTO: � `I � C �y7YyJ UANTITY COMMODITY ITEM 1 a � o i . G 74 r I VENDORS& AMOUNTS BID VENDORS & AMOUNTS BID 1 BID ABSTRACT DUE ID DATE: IDDING TO: UANTITY COMMODITY ITEM# (� I l /7U i y � I Check A License: Contractor's License Detail Page 1 of 2 Skip to, CSLB Home I Content I FontaC I Accessibility SearcI 11)J4 �+ ■/ P' ! CONTRACTORS A,'' - *GO U STATE LICENSE BOARD "03 � ;f1 flll'IITITP'C'ITT'1"Iml'I"Il'IT�fTITfTf,"'I[1'I'LI;I'L:r1T1T1'I'I';"'1''I"I"I`I'1`II'fTT•fit"'f "Il'fhl;�'I"I`I'I'fCfl"I" 1'F1'll'TI�"iTl"flTi';.Il'Ilflll.11lll cOMiRi1CTORS,�_ _B�WSNfS i._- „ f00RNETR4El1 , .: ,•PUYLIcWORRS•,,, EUIL91NN OFFlCIhLY I GENER•L INFO - About CSLB CSLB Newsroom Board and Committee 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 Disaster Information following limitations. Center • CSLB complaint disclosure is restricted by law(B&P 7124,G). 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 • Per S&P 7071.17, only construction related civil judgments reported to the CSLB are dlscl Online Services • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitre • 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 Complaint • Processing Times License Number: 746432 Extract Date: 03/20/21 • Check Application Business BOND BLACKTOP INC status Information: P 0 BOX 616 • Search for a Surety UNION CITY,CA 94587 Bond Insurance Business Phone Number:(510)441-9981 Company ... ___. .-._._. .-._ .. _—Corporation ._..- • Search for aWorkers' --------- ---Entity: Corpo---�� - ------ Componsatlon Issue Date: 02/27/1998 Company Expire Date: 0212812010 Haw to Participate License Status: This license is current and active.All information below should b. reviewed. Classifications: CLASS DESCRIPTION A GENERAL EN_GINEEFjING CO,N,TRACTOR Bonding: CONTRACTOR'S BOND This license filed Contractors Bond number CLB2706771 in the amount of$12,500 with the bonding company PLATTE RIVEBJNSURANCE COMPANY. Effective Date:01/01/2007 QgAractor's Banding Histoi BOND OF QUALIFYING INDIVIDUAL 1, The Responsible Managing Officer(RMO)EDWARD DEAN DILLON certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date:02/13/2001 http://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-license/License+D... 3/20/2009 Check A License: Contractor's License Detail Page 2 of 2 B_QF$Bonding History Workers' This license has workers compensation insurance with the Compensation: SEA BRIGHT INSURANCE CQMPANY Policy Number: BB1071530 Effective Date: 1 010 1/2 0 07 Expire Date: 10/01/2008 Workers'Compensaticn.History Personnel listed on this license(current or disassociated)are listed on other Iloenses. 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®2007 State of California htip://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-license/License+D... 3/20/2008 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OrFICE: AGR# AMOUNT City Project No: D — �l7 MO# DATE Dates Published: C_2 �� �T c a0 aoo� DIV INC) APP NOTICE Y ❑N El j Bid Date & Time: /9 200 m• PROJECT: ,?0" L UY Seel L- i SUCCESSFUL: 1. � 6. ._ 2. 7. 3. x2li A. a/ 9. 5. 10. j INFOMPLETE SIDS: Non-responsive) WHY: CONTRACTOR BACKGROUND CHECK: aw& "` H �txjvo,7io } Required? Y ❑ N (ATTACH IF REQUIRED) Affidavit of Non-Collusion Signed & Notarized? Y �❑ Information required of bidder page completed? Y &N ❑ ✓✓II Type & Amount of Insurance Required: _ 5e C_ 7-y rT it VrTAt AMOWE ARE WFMEDl Contractors License No. / y6 y5Z Type(s) a_i_s Status No. of days to complete work ddC15 Working Calendar Estimated Start Date: JO_nE � Estimated Completion Date: 5(Jl to No. of days in which to execute contract after Notice of Award (date City Clark transmits contracts for execution): �J Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? Y ❑ N U No. Addenda Signed by Contractor? Y ❑N ❑ 1 BONDS: PERFORMANCE BOND ZO % PAYMENT BOND % CORRECTION REPAIR BOND BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid Unsuccessful Bidders: specifications for contract execution CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y r"'N N ID Labor Code 1777.5 Y ❑Labor Code 1776 YN ❑ California Standard Specifications EDITION Standard Specifications for Public Works Construction gne _ EDITION DATE: BY: DEPT: