Loading...
HomeMy WebLinkAbout05370 - BOND BLACKTOP INC 2006-07 ANNUAL SLURRY SEAL CP 06-13 CITY OF PALM SPRINGS CALIFORNIA i P.O.Box 2743,Pain Springs,California 92263,(760)323-8253 Deptvnnent of Public Works and Engineering ^ ` NOTICE OF ACTION FOR: ■ PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS Jr `. TO: Bond Blacktop,Incorporated ACCEPTANCE DATE: May 9,2007 P.O.Box 616 PROJECT: CP#0&13,2006/2007 Annual 2828 Farber Street Slurry Seal Project Union City,CA 94S07 AGREEMENT NO. 5370 MINUTE ORDER NO. 7957 This is to inform you that allotice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRBTATE,IMPROVLMENTS Type I1 Slurry 2.171.173 S.F. Curbing-_ I RF.AS Slurty _ 1 212 O23 S.F. Street Paving _ S Sidewalks S.F. Sidewalks S Driveway Approaches S.F. Driveway Approaches S Bike Paths EA. Bike Paths S Sewer Mains L.F. Sewer Mains 1 Sewer Laterals L.F. Sewer Laterale L Adjust Sewer Manholes EA. Sewer Manholes E Storm Drains L.F. Storm Drains I. Survey Monuments EA. Survey Monuments E Craekfill/Sealant L.S. Pavement Markings L.S. Location_Vy,l im Streets.within Sections 20,29.35 and 1., Sunrise Way bs, een Al lo_Rond a_nd Rat Road and 8eem90 of Meeauke.Palm Sprineb.CaKernia. C.P.S.Drawing No(s). Permit No. Contmelur(s)avtuallydoingtbework Bond Binkton,Inca 1uAkdt(AS,IaeoMorntedd;RnbherizedCrag Notify your bonding company/bank to release the following bonds: No. 721218P in the amount of$ 689A34,47 Performance No. 721218P in the amount of$ 689,434,47 Payment U 9-O t c)Q Nu. in the amourn of$ Monuments No. in the amount of$ Maintenance Security No. in the amount of$ Correction&Repair Construction bond in the amount of$ for Engineer: CITY ENGMFR Bond Co./Bank:Ikveiopers Surety and Indem ri Comn Comments: T: 692 549.04 Submitted by: Dated: 7.7-S-O 7 Senior Pub fie W s ctor APPod by= _ Dated:_ Director of Public Works/City Engineer Nstribuaon:Original to Engineering CP Fily Copiw to:Addressee,City Clerk,I.10A➢index,Street Mainteanam Manager,Building,and Fwi Index No. DOCUMENT TRACKING Page: 1 Report: One Document Detail January 14, 2008 Condition: Document Number a5370, Document# Description A_pprOy2l_Date Expiration Date Closed Date A5370 FY 2006-07 annual slurry seal CP 06-13 11/01/2006 10/31/2007 Company Name: Bond Blacktop, Inc. Address: P. 0, Box 616, Union City, CA 94587 Contract Amt. Total Paid Balance Group: ENGINEERING S692,549.04 5692,649.04 Service: In File xRef: DAVID BARMAN 760 323-8160 Ins. Status: Certificate and Policies are OK Document Tracking Items: Due Completed Tracking Amount Amount Cade Item Description Date Date Date Added Paid MO 7957 not prov by dept 11/01/2006 $689,434.47 kdh rec'd from procurement 11/17/2006 kdh to Jay for CM sig 11/17/2006 kdh to CM for sig 11/20/2006 kdh distrib to MLB In File 11/29/2006 11/29/2006 kdh CO 1 to Tom W for S-g CM may auth 08/14/2008 S3,114.57 kdh NOC#20070502994 L, 08/03/2007 kdh C01 distrib to dept IN FILE 08/15/2007 kdh 08/15/2007 Iv ' " " " " END OF REPORT " * " * "' DOC # 2007-0502994 08/03/2007 08:OOA Fee:NC Page t of 1 Recorded 1h Offieaal Records County of Riverside Larry W Ward Assessor, County Cterk & Rocordcr IIIIII 1IIII111 ll llllllllll 111111111111 IN a FMAE PAGE SIZE DA MISC LONG RFD COPY �Retarding requested By And 465 426 PCOR NCOR SMF NCHWhen Recorded Return To: City of Palm Springs Atm.City Clerk P.O.Box 2743,Palm Springs,CA 92263-2743 (SPACE ABO VP TFBS LINE FOR RECORDING()SF,) (Ex-MYrFROM RECORDING FfS PER GOV.CODE¢6103) S0� NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1_ The City of Palm Springs,Califomia,is a municipal corporation,organized and incorporated pursuant to the laws ofthe State ofCalifornia. 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 ofthc City ofPalm Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs,California(P.O.Box 2743,Palm Springs, CA 92263-2743). 4, ThepublicworkofimprovementonthehereinafterreferredtorealpropertywithintheeitywasCOMPLETEDonthe9"dayofMay,2007. 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: 2006/2007 Annual Slurry Scal. 7. Nature of Interest:Fee Owner 8- The property address or location of said property is:Various Streets within Sections 20,29,35 and 1. Sunrise Way between Alejo Road and Ramon Road and Segments of Mesquite,Palm Springs,California. 9. City Project No.06-13,Agreement Number.5370,Minute Order Number:7957 CITY OF PALM SPRINGS: REVIEWED BY. -e—, DATED: /" Z-1_"-0k7 Senior Public Works Inspector Michael K.Lytar r BY: DATED: Director of Public Works/City Engineer David J. Barakian LAMES THOMPSON,being duly sworn,says: That he is the City Clerk of the aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion,and knows the contents thereof,and that the facts stated therein are true; that as said City Clerk,he makes this v0fcation on behalf of said municipal corporation_ // City Clerk-James Thomp on Index No. 0807 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Bond Blacktop, Inc. Date: June 21, 2007 P.O.Box 616 2826 Faber Street Project No.: 06.13 Union City,CA 94557 Projecr: 2006/2007 Annual Slurry Seal Change Order No.: One (1) Contract Purchase No.: 716634 Account Numbers: 4298.50225, 4298.50256, 4498-50100 Minute Order No.: 7957 Agreement No-: 5370 CHANGES IN WORK/COST Increase/Decrease to Contract Quantities Schedule A Item No. I Type 11 Slurry -24,740 @ $0.164/SF (S4,057.36) Item No, 2 REAS Slurry 84,483 @ $0.29/SF $24,500,07 Schedule B Item No. I Type II Slurry -11,709 @ SO.164/SF ($1,920.28) Schedule C Item No, 1 Type 11 Slurry -110,649 @ $0,164/SF ($18,146.44) Item No. 2 REAS Slurry 77,095 @ $0.29/SF $22,357.55 Schedule D Item No. I REAS Slurry -963 @ $0.29/SF ($279.27) Schedule E Item No. I REAS Slurry -14,930 @ S0.29/SF ($4,329.70) SUBTOTAL OF CHANGES TO ORIGINAL BID QUANTITIES S18,124.57 New Items A. Liquidated Damages 19 Days g-S790.00/Day (S15,010.00) TOTAL NET CHANGE ORDER INCREASE AMOUNT: $3,114.57 1 OE[GIryi%L E+P� F1VVD/,)RAG q7 wr �E E.�EGan REASONS FOR CHANGES: All increases and decreases to the original bid quantities were due to the actual quantities required in the field being more or less than the original estimate. Item A Liquidated damages are being assessed on this project due to the expiration of allowable contract time prior to the completion of the work. 5 days are being assessed for the period of March 23rd through March 28th, for a delay in the placement o C slurry. 14 additional days are being assessed for the period of April 25th, through May 9th due to a delay in the placement of pavement markings. The rate of$790 per each calendar day has been assessed in accordance with project specifications. Note: No additional marls ups will be added to any item on this Change Order. All costs are final. D. SOURCE OF FUNDS Account No- 133-4298-50100 will be utilized Summary of Costs Contract Time Original Contract Amount: $689434.47 Original Completion Date: March 21,2007 This Change Order: $3,114-57 Days Added for this C.C.O.: -0- Previous Change Order(s): $o Previous Days Added: -o- Revised Contract.Amount: $692,549.04 Revised Completion Date: March 21,2007 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by Date 7-Z O- 0 7 Sen or Public Works Inspector By—Ea tt Ate' Approved by— 4�/ U� Ik�[e �2-e u Contractor: Bond Blacktop City-Engineer Date_ Approve .r" �nytDate L�City-Man er AttestedU Date-0� d ity Clerk Distribution: Original Executed Copies Conformed-Pile Conv Contractor (1) Engineering File (Ij, City Clerk (1) Senior Public Works Inspector (1) Finance (1) ��APPROVED BY MY COUNCIL 2 APPROVED BY MY MANAGER FINAL ACCOUNTING OF CONTRACT TIME CP 06-13, (2006/2007 Annual Shury Seal) Allowable working days: 20 Project Start Date. February 20, 2007 Original Completion Date: March 21, 2007 Days Added: Two (2) days added due to weather March 23rd and March 27th Revised Completion Date: March 23, 2007 Completion of Slurry Placement. March 28, 2007 Time allowed for slung curing and striping: March 29th thru April 24th Completion of Striping: May 9, 2007 Assessment of liquidated damages began on March 21 st. Due to bad weather on March 23rd and 27tb,two working days were added and the completion date was extended until March 23rd. Slurry placement was completed on March 28th. Contract time was suspended from March 29th thru April 24th. This period allowed for the proper curing of the slung and the subsequent placement of the remaining pavement markings. Placement of pavement markings continued until May 9th. Liquidated damages have been assessed for the periods of March 23rd thra March 28th, and April 25th thru May 9th for a total of 19 calendar days. AGREEMENT THIS AGREEMENT made this OT-day of L 11` ? 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 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: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal on various City streets in Sections 20 and 29, Township 4 South, Range 5 East; Section 35, Township 4 South, Range 4 East; Section 1, Township 5 South, Range 4 East; Sunrise Way between Alejo Road and Ramon Road; and segments of Mesquite Avenue; 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 19 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 � r Specifications, as modified herein, related to liquidated damages, and has made itself =w aware of the actual loss incurred by the City due to the inability to complete the Work u Q within the time specified in the Notice to Proceed. D= 1 2006/2007 ANNUAL SLURRY SEAL AGREEMENT FORM 0 < CITY PROJECT NO 06-13 AGREEMENT AND BONDS-PAGE 1 9/8/06 „ 1 ARTICLE 3 -- CONTRACT PRICE ($689,434.47) 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 Contractors 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 Sehedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders General Information, Bid Security or Bid Bond, this Agreement, Workers Compensation Certificate, Performance Bond, Payment Band, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 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. 2000/2007 ANNUAL SLURRY SEAL AGREEMENT PORM CITY PROJECT NO. 05-13 AGREEMENT AND BONDS -PAGE 2 9/S/06 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. _ATT.EST_: CITY' .OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Minute Order No. 7957 �j City Clerk i- Date November 1, 2006 APPR77: TO FORM: Agreement No- FA5370 By � APPROVED BY CITY CCUN!cIL City Attorney mo Date CONTENTS APPROVED: sy Ja L City Engineer Date ~BY City Man ge Date 2006/2007 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 00-13 AGREEMENT AND BONDS -PAGE 3 9/8/06 • 1 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 k Corporation Address: t�-xK G tl _ By: Au PA f , By: L . Signature (notarized) Signature (notarized) Name: EL)grA Name: Title: _ rrc5i�, Title:__,S; Cr A-AN (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of ❑ County of oss County of ❑ss On On before me, before me, personally appeared personally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within whose name(s) is/are subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted, executed the instrument. executed the instrument- WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 AGREEMENT FORM 10/19/05 AGREEMENT AND BONDS- PAGE 4 - r r ff CALIFORNIA ALL�PURPOSE ACKNOWLEDGMENT Y c': rtr_• _ Cu �.. �r M r .x, ,r ^F.M•' .c arc F : " .rc�e:�:ti fc+ ,r r 1�11 state of California se. County of --ALBk=A On 11/14/06 _ , •___ beforemcDEBI�Z ]]�ILQN_, NOSAR=U1,1-C_ �� ` [lum airman,tin fur nl nlhnrt IJ eI -Jtill ono Nol try Vrmllc I , personally appeared EDWARD DILLQTY—_—_--__, N err I,,I•I,U II I (✓personally known to me 1� rl I I proved to me on the basis of satisfactoryr- evidence F'Y _ to be the person(s) whose namo(s) is/are Ih �I subscnhod to the within Instrument and �Icknowleldged to me that he/she/they executed I I� �h,Carm4 the same in his/her/their authorized l�l W capoclty(les), and that by his/her/their IFS �h{ signature(S) on the Instrument the person(s), or I1 the entity upon behall of which the person(s) 11 Il acted, executed the Instrument >S -•>P1E55 my hand a official seal � :r111.I11r„nI Nol Irr Fubll� � OP710NAL i 1pnugh the mlurrnafron delouv is nut rc gqurrl by lauv It may prGw,v lluadle to perrsun,a lyrrlg on the documunl.11ld could prevent .I rr0udltl1v11 Ipn,cval and ruelfaci rnr'nl Of Ih1a/Wnl IV 01,0111671 documunl ill Description of Attached Document �I --Title or Type of Document: rI Document pate -._ _-_—Number of Pages s SI nei Other Than Named Above G < 9 ( ) i Capacity(ies) Claimed by Signer I)I �7 Signer's Namc: I_1 Indwldual Inc+nl IN lml anrr, lyi I.1 Coiporato01ficer—Title(s):_..___ Partner—I.1 Limited I I General I Attorney-in-FactTiustoo C, Guardian or Conservator S L.1 Other -- - - -- ---- 3 Signer is Nepresenhng_--._.._. .-__—_-- ------_..---- -- ---- 1ii .(�i^.()Lrr+G��V:�.•C:�>�4Y:ji,+ •-`ti i:;;X�4°S vv,.r^ •Ci:C<;i"f4':"-fi::C,:�wFXJC:7'r`e. 0IM Nolki,J III M.oel.111a ,•M an 4010rvn r'O Onx, VI Ch I lvorlll OA'IIJIJ 2111 •vmwnnLnn i11'n1 lNolp PItlA N,, H07 400rdar Call loll FFLU 1.000.676.6n27 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title rzs, 1 ,J 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05.19 WORKER'S COMPENSATION CERTIFICATE 10/19/05 AGREEMENT ANO SONGS -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. 1 1 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT N0. 06-13 • 9/8/06 COVER SHEET 81D FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary- In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: 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. 200612007 ANNUAL SLURRY SEAL CITY PROJECT NO-06-13 BID AGREEMENT S/8/06 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: io/o9/06 Bidder: Bond Blacktop, Inc. By: RLA 0 (Signature) Title: Edward Dillon, President 200612007 ANNUAL SLURRY SEAL CITY PROJECT No, 00-73 BID AGREEMENT 918106 810 FORMS •PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Various City Streets in Section 20, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Crack-sealing and Construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized raised pavement �S7� 1. markers and pavement markings, and 450,464 SF s- J� sT�� all appurtenant work on various City 73�76 (m streets (as listed in the Appendix) within Section 20, Township 4 South, Range 5 East. Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL.), including mobilization, traffic control, removal and 2- replacement of reflectorized raised 222,687 SF $ pavement markers and pavement markings, and all appurtenant work on Crossley Road from Ramon Road to Avenue 34. TOTAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) ( ric i w rds) i'.Q. '13OX 31 s UNiONI CFFY, CA -4-587 Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 UNIT PRICE BID SCHEDULE 918106 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Various City Streets in Section 29, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price Crack-sealing and construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized raised pavement 1. markers and pavement markings, and 709,707 SF $_Iawlf $- all appurtenant work on various City streets (as listed in the Appendix) within Section 29, Township 4 South, Range 5 East. TOTAL OF ALL ITEMS OF BID SCHEDULE B: _ Price in figures) (P i9e in words) "BOND LACEC tl CP P.C. Boo S15 L)��MON Ci a'-Y, CA �)4587 Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 UNIT PRICE BID SCHEDULE 9l8100 BID FORMS -PAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Various City Streets in Section 35, Township 4 South, Range 4 East and Section 1, Township 5 South, Range 4 East in Palm Springs, California Item Description Estimated Unit unit Amount No. Quantity Price Crack-sealing and construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized raised pavement / 1. markers and pavement markings, and 1,158,100 SF $ $ , r / all appurtenant work on various City streets (as listed in the Appendix) within Section 35, Township 4 South, Range 4 East, and Section 1, Township 5 South, Range 4 East- Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, PEAS (or FLEX SEAL), including mobilization, traffic control, removal and f 2, replacement of reflectorized raised 348,597 SF $ $ pavement markers and pavement markings, and all appurtenant work on Murray Canyon Drive from South Palm Canyon Drive to Toledo Avenue. TOTAL OF ALL ITEMS OF BID SCHEDULE C: $ 7 I'�3 (Price in figures) (Pri in words) S'0ND E Cr, C-F CP.0. BOX o 16 VZ UN ON CJ\, . CA �3 587 NLF Name of Bidder or Firm 200OJ2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06.13 UNIT PRICE BID SCHEDULE 9/8/06 BID FORMS - PAGE 6 BID SCHEDULE D Schedule of Prices for the Construction of the: 200612007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 Sunrise Way, from Ramon Road to Alejo Road in Palm Springs, California Item Description Estimated Unit Unit Amount No. quantity Price Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, traffic control, removal and p� c�� 1 replacement of all existing traffic striping 340,560 SF s $ V (including all non-reflectorized and reflectorized raised pavement markers) and pavement markings and all appurtenant work on Sunrise Way from Alejo Road to Vista Chino- TOTAL OF ALL ITEMS OF BID SCHEDULE D: (Price in figures) Price in w S) C)ND 1=''r�AC,'<.-OP X 618 L)MON Ci V 1�", CA 94587 Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-12 UNIT PRICE BID SCHEDULE 913106 BID FORMS-PAGE 7 BID SCHEDULE E Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 Mesquite Avenue, from El Cielo Road to Mountain View Drive, and Mesquite Avenue, from Vella Road to Gene Autry Trail in palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, traffic control, removal and replacement of all existing traffic striping 1 (including all non-reflectorized and 154,494 SF $ $ reflectodzed raised pavement markers) and pavement markings and all appurtenant work on Mesquite Avenue from El Cielo Road to Mountain View Drive, and from Vella Road to Gene Autry Trail. TOTAL OF ALL ITEMS QF BID SCHEDULE E: $ G 0? qv— ice in.figur ) (Price ' words) TOTAL OF ALL ITE S OF Blp SCHEDULES A THROUGH E (BASIS OF AWARD): (Price in figur s) 711, (Price in rds) 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. SOEtiI �,.D BLACKTOP C✓TOP P.O. 3a' r d1I; Ulv &i CIS' CA 24587 Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06.13 UNIT PRICE BID SCHEDULE 9/3106 810 FORMS- PAGE 8 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 2. 3. 4. 5. 6. 7. 8. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 9/8/06 LIST OF SUBCONTRACTORS BID FORMS•PAGE 9 NON-COLLUSION 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 Bond Blacktop, Inc. ByGL Title Edward Dillon, President Organization A California Corporation Address P.D. Box 616 Union City CA 94587 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO.06-13 NON-COLLUSION AFFIDAVIT 9/8106 BID FORMS-PAGE 10 10/03/2106 10:99 FAX 510 441 99s2 13OND BLACKTOP, Inc. fi!1002/002 BID BONI) KNOW ALL MEN BY THESE PRESENTS, That Bond Blacktop, Inc- as Principal, and Developers surety and Indemnity company as Sulety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City' in the sun of. Ten Percent (10C of the Total Amount B;d--- dotars (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, execu rs, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the Citys Contract Documents entitled: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters in o a written Agreement on the Form of Agreement bound with said Contract Documents, fumishes the required Certificates of Insurance, and fumishes the required Performance Bond and Pa ent 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 pal,all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court- SIGNED AND SEALED, thls 5th day of October 200 G. PRINCIPAL: Bond Blacktop, Inc. Check one, individual,_partnership, x corporation (Corporations require two signatures; one from each of the following groups; A. Chairman of Board. President, or any vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Trcasure , or Chief Financial Officer). By SURETY: Developers surety and Indemnity corn any signature (NOTARIZED) Print Name and By By c signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: EdLsrjeA 1),jI4,3 &�Ae, T Print Name and Title; Erin Bautista, ,ate rney-in-Fact 2006/2007 ANNUAL SLURRY SEAL l CITY PROJECT 06.13 gill BOND (BID SECURITY FC RM) 9$106 alp FORMS - PA I Eli California All Purpose Acknowledgment State of California County of San Mateo On October 5, 2006 before me, Jean L. Neu, Notary Public Date Name &Title of Officer/Notary personally appeared Erin Bautista Nomes(s) of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the some in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed fhe instrument. WITNESS my hand and official seal. JEAN L.NEU FA commission commission* 1626528 i z :_o Notary Public-Callfomia a San Mateo County Y fvly COMM.FXplres Dec 21.2009J Notary Public rrrrrr�wwrswrr��wrror�rOP rIONAL-----------r..r_-------------a- (The information below is not required by low) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) hadocslsuretylformsinotary doo POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO 13OX 19725,IRVINE,CA 92623 (949)263.3300 KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA.do each,hereby make,constitute and appoint: ***Erin Bautista, Jean L. Neu, Bryan D. Martin, B.A. Poitevin, Patricia Golden, jointly or Severally*** as their true and lawful Anoricy(s)•it-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and conti ofsunnyship giving and granting unto said Anomey(s)-in-Fact full power and authority to do and to perform every att necessary,requisite or proper in he done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substimrion and revocation,and all of the acts of said Anarrrey(s)-in-Fact,pursuant to ihcsc presents,art hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2WO: RESOLVED,than the Chairman of the Board,the President and any Vice President of the entporatiun be,and that each of them hereby is,authorized to execute Powcm of Attorney,qualifying the attorney($)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Scerelary of the corporations be,and each of them hereby Is,authorized to attest the exccutioti of any such Power ofAttomey; RESOLVED,FURTHER,that the signatures of such officers may be amxcd 10 any such Power ofAttomey or to any eertificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,undertaking or tonnact of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally causal these presents to be signed by their respective Executive Vice President and attested by their maP,celive Secretary this Ist day of December, 2005 CID By +cto..PON'll David H./Rhodes,Executive Vice-Pmsidcnt C/ W+/iRyr�veyc p OCT. .sE OCT.5 �r is 10 ;tie W 1%7 0 By: sOj� 193i is Oy n(/FOP�F 2 Walter A.Crowell,Secretary STATE OF CALIFORMA COUNTY OF ORANGE On Dceember 1,2005 before me,Gina L.Gamer, (here insert name and title of the ofccr), personally appe Crud David H.Rhodes and Walter A.Crowell, Personally known to me(of Proved 10 me on the basis of satisfactory evidence)to be the persons)whose namc(s)is/arc subscribed to the within instrument and acknowledged to me that hdshelihcy executed the same in higher/their authorized capaciVics),and that by hismcr/their signature(&)on the instrument the penson(s), or the entity upon behalf of which the person(s)acted,executed the instrrunrnt WITNESS my hand and official scat GINA L.GARNER J COMM.* 1569561 f�� (SEAL) NofAmPUBUCCAUPORwA Signature ORANGE COUNTY oetrrrn w1'r$20w CERTIFICATE The undersigned,M Assistant 5ecm1ary,of DE-VELOPERS SURMAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power ofAnomcy,arc in force es of dve date of this Certifica c. Thisiss Certificale is executed in the City offrvinc,California,the 5 eh day of October 2006 By Alhen Hillebrand, Assistant Secretary ID-1390(Rev. 12/05) BIDDERS 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: SciriD Sv"CiKmp UNION Ci G(. Cry qg,.FR7 2- CONTRACTOR'S Telephone Number: ( 5io ) 441-9981 Facsimile Number: ( 510 ) 441-9982 3. CONTRACTOR'S License: Primary Classification A-General Engineering State License Number(s) 746432 Supplemental License Classifications n/a 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Developer's Surety & Indemnit Address 2999 Oak Rd. , #420, Walnut Creek CA 94597 Surety Company (Agent) AB➢ Insurance Services Telephone Numbers: Agent ( 925) 29.5-3190 Surety(650 ) 839-6034 5. Type of Firm (Individual, Partnership or Corporation): corporation 6. Corporation organized under the laws of the State of: California 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: _Edward Dillon, President/Secretary 2828 Faber St. , Union City CA 94587 200612007 ANNUAL SLURRY SEAL CITY PROJECT N0. 06-13 BIDDER'S GENERAL INFORMATION 0l8/06 BID FORMS-PAGF 12 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 10 L_7T� r 9. List at least three related projects completed to date: ,.]Pam. a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee V/ 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. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 BIDDER'S GENERAL INFORMATION 918/06 BID FORMS- PAGE 13 . M BOND BLACKTOP, INC. P.O. Box 616 Union City, CA 94587 Ph: (510) 441-9981 Fax. (510) 441.9982 Contractor's License No.746432 ' ram PROJECT REFERENCES -. CITY OF PALM SPRINGS COUNTY OF MERCED 3200 E. Tahquitz Canyon Way 715 Martin Luther King Jr. Way Palm Springs, CA 92262 Merced, CA 95340 (209) 385-7331 2005/2006 Annual Slurry Seal Project No. 05-19 Chip Seal Various Roadways Completed: March 2006 Completed: September 2005 Contract Amount' $402,824.00 Contract Amount: $88,325-00 Contact: Pete Agres (760) 323-8253 2004/2005 Annual SIurrV Seal Project No. 05-02 Completed: July 2005 ContractAmount: $766,455.00 CITY OF BELL 6330 Pine Avenue Bell, CA, 90201-1291 Citywide Slurry Seal and Striping Project No. 600765-04 Completed: April 2005 Contract Amount: $268,541,00 Contact: Carlos Alvarado, P.E. (626) 960-1889 CITY OF CORONADO 1395 First Street Coronado, CA 92118 Slurry Seal Pavement Maintenance FY 04-05 Contract #05-CO-ES-313 Completed: June 28, 2005 Contract Amount $102,963.50 Contact: Ngyra Stebbins, P.E. (619) 522-6571 aceniVmasters/2005-2006Crtyjobltcfcrcnccs Rev.10/5/2006 CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 IN THE CITY OF PALM SPRINGS September 2006 OF PALM S 1 � _ U U1 0 * NCO - RpOHAYEV Cq< IF0P, David J. Barakian, P.E_, City Engineer Bids Open: October 10, 2006 Dated: September 8, 2006 CITY PROJECT NO. 06-13 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: - ESS1 ' Marcus L. Fuller Assistant Director of Public Works/ * , Assistant City Engineer r Civil Engineer C 57271 aw OF'CA�� Approved by: David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO 06-13 9/8/06 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART 11 -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 Control of Materials Section 5 Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX "A" Listing of streets Street maps City of Palm Springs Standard Drawings No. 625 Caltrans Standard Plan No. A20A, A20B, A20D and A24A Crafcol" Polyflex Type 3 Sealant Product Data Sheet W W W 'k W 200612007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 SPECIAL PROVISIONS 9/6/06 GENERAL CONTENTS- PAGE 1 i CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bidders General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Workers Compensation Certificate Performance Bond Payment Bond Certificate of Insurance W * fF 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 PART 1 CONTENTS 8/8/06 PAGE 1 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103-5, no Bid for the Work will be accepted from a contractor who does not hold a valid 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 Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with nontechnical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 INSTRUCTIONS TO VMS 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 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO 06-13 INSTRUCTIONS TO 918106 BIDDERS• PAGE 2 a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form- s. 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 corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids- The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and 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 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 INSTRUCTIONS TO 9/8106 BIDDERS-PAGE 3 expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids- 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 116. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest res�Jonsive, responsible Bidder refuses or fails to execute the Agreement, the City may 20 612007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 INSTRUCTIONS TO 918106 BIDDER$-PAGE 4 award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor. For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment- (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision- - END OF INSTRUCTIONS TO BIDDERS - 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 INSTRUCTIONS TO 9/8/06 SiODERS-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. 2000/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 9/8/06 COVER SHEET BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: 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. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-12 810 AGREEMENT 9/8106 SID 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: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06.13 BID AGREEMENT $18106 Blp FORMS- PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Various City Streets in Section 20, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Crack-sealing and construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized raised pavement 1, markers and pavement markings, and 450,464 SF $ all appurtenant work on various City streets (as listed in the Appendix) within Section 20, Township 4 South, Range 5 East. Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, traffic control, removal and 2. replacement of reflectorized raised 222,687 SF $ $ pavement markers and pavement markings, and all appurtenant work on Crossley Road from Ramon Road to Avenue 34. TOTAL OF ALL ITEMS OF BID SCHEDULE A; (Price in figures) (Price in words) Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 UNIT PRICE Bib SCHEDULE 9/8106 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL. CITY PROJECT NO. 06-13 Various City Streets in Section 29, Township 4 South, Range 6 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Crack-sealing and construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized raised pavement 1. markers and pavement markings, and 709,707 SF $ all appurtenant work on various City streets (as listed in the Appendix) within Section 29, Township 4 South, Range 5 East, TOTAL. OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) (Price in words) Name of Bidder or Firm 2003=07 ANNUAL SLURRY SEAL CITY PROJECT NO. 06,13 UNIT PRICE BID SCHEDULE 918106 810 FORMS- RAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Various City Streets in Section 35, Township 4 South, Range 4 East and Section 1, Township 5 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Crack-sealing and construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized raised pavement 1. markers and pavement markings, and 1,158,100 SF $ $ all appurtenant work on various City streets (as listed in the Appendix) within Section 35, Township 4 South, Range 4 East, and Section 1, Township 5 South, Range 4 East. Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, traffic control, removal and 2. replacement of reflectorized raised 348,597 SF $ $ pavement markers and pavement markings, and all appurtenant work on Murray Canyon Drive from South Palm Canyon Drive to Toledo Avenue. TOTAL OF ALL ITEMS OF BID SCHEDULE C; (Price in figures) (Price in words) Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 UNIT PRICE BID SCHEDULE 9/8/0G 810 FORMS • PAGE 6 BID SCHEDULE D Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Sunrise Way, from Ramon Road to Alejo Road in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, traffic control, removal and replacement of all existing traffic Striping 340,560 SF $ (including all non-reflectorized and reflectorized raised pavement markers) and pavement markings and all appurtenant work on Sunrise Way from Alejo Road to Vista Chino. TOTAL OF ALL ITEMS OF BID SCHEDULE D: (Price in figures) (Price in words) Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 UNIT PRICE BID SCHEDULE $18106 BID FORMS-PAGE 7 BID SCHEDULE E Schedule of Prices for the Construction of the: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 Mesquite Avenue, from El Cielo Road to Mountain View Drive, and Mesquite Avenue, from Vella Road to Gene Autry Trail in Palm Springs, California Item Description Estimated unit Unit Amount No. quantity Price Crack-sealing and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, traffic control, removal and replacement of all existing traffic striping 1 (including all non-reflectorized and 154,494 SF $ $ reflectorized raised pavement markers) and pavement markings and all appurtenant work on Mesquite Avenue from El Cielo Road to Mountain View Drive, and from Vella Road to Gene Autry Trail. TOTAL OF ALL ITEMS OF BID SCHEDULE E: (Price in figures) (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH E (BASIS OF AWARD): $ (Price in figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO,06-13 UNIT PRICE BID SCHEDULE 918106 BID FORMS-PAGE 8 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$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the wards "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. 3. 4$. 5. 6. i, 8. 2000/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 9/a/06 LIST OF SUBCONTRACTORS el0 FORMS• PAGE 9 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 depositary, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title Organization Address 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO-06-13 NON-COLLUSION AFFIDAVIT 9/8/06 BID FORMS- PAGE 10 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City' in the sum of: dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment (Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. in the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable 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 fallowing 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: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT 06-13 81D BOND (81D SECURITY FORM) 918/06 BID rORMS -PAGE 11 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 ( l 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: 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT N0. 06-13 BIDDER'S GENERAL INFORMATION 913106 BID FORMS-PAGE 12 BIDDER'S GENERAL MORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner Address.' Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06.13 SIODER'S GENERAL INFORMATION 9/8/06 81❑ FORMS• PAGE 13 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 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 2006/2007 ANNUAL SLURRY SEAL PART II -- SPECIAL PROVISIONS CITY PROJECT NO, 06-13 GENERAL CONTENTS- PAGE 1 9/8/06 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS ! 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2006 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works Construction ("Greenbook"), 2006 Edition, as previously specified in the above paragraph. 1.2 LEGAL ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1:2,2 Legal Address of the Engineer. - The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or Such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. 2006/2007 ANNUAL SLURRY SEAL TERMS, DEFINITIONS, ASSREVIATIONS,AND SYM80LS CITY PROJECT NO.06-13 SPECIAL PROVISIONS-SECTION 1 - PAGE 1 018106 Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1.3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions- Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner-The Owner shall be the Agency, as defined above. Working Day- A Working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day(January 1) Martin Luther King Jr- Day (January 21) Lincoln's Birthday (February 12) President's Day(Third Monday in February) Memorial Day (Last Monday in May) Independence Day (July 4) Labor Day (First Monday in September) Veteran's Day(November 11) Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day (December 24) Christmas Day (December 25) 2006/2007 ANNUAL SLURRY SEAT. TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO, 06-13 SPECIAL PROVISIONS- SECTION 1 - PAGE 2 918/06 When a designated holiday falls on a Saturday, the Friday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. (b) Days on,which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations. - END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO.06-73 SPECIAL PROVISIONS-SECTION 7 - PAGE 3 918106 SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9, "Liquidated Damages" of the Standard Specifications. ' After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working ' days after the date specified in said Notice to Proceed. The work, if awarded to include Bid Schedules A through E, inclusive, shall be diligently prosecuted to completion before the expiration of: 20 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. In the'event one or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for each of the laid Schedules awarded, up to the maximum contract time allowed of 20 working days. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. 2006/2007 ANNUAL SLURRY SEAL SCOPE AND CONTROL Or WORK CITY PROJECT NO-06-13 SPECIAL PROVISIONS-SECTION 2-PAGE 1 918106 The Work identified in Bid Schedule D shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice.to Proceed from the City. The Work identified in Bid Schedule E shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day's delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2.2 EXECUTION OF BONDS Bonds shall be executed by either (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer, 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: 2006/2007 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 06-12 SPECIAL PROVISIONS-SECTION 2-PAGE 2 918106 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 Contractor may not rely upon or make_ any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques,. sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto,-or 200612007 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 06-13 SPECIAL PROVISIONS-SECTION 2- PAGE 3 9/3/06 2-7,1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including comer record filing, for the existing type of monument in question at the Contractor's expense. Any existing monument shall not be disturbed- The Contractor shall maintain a survey location check on the monument without cost to the City. The Contractor is advised that any resetting of monuments will be the responsibility of the Contractor, to be reset by a California licensed Land Surveyor. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be financially responsible for reinstalling the existing monument well, after resetting of the disturbed monument. 2-7 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-8 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer's inspection. 2006/2007 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 06.13 SPECIAL PROVISIONS-SECTION 2- PAGE 4 9/8/06 When the Work is substantially completed, a representative of the Engineer will make the final inspection- 2-9 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof- The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents- 2-10 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. - END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 06.13 SPECIAL PROVISIONS- SECTION 2-PAGE 5 9/8/06 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 3-2.2.1 of the Standard Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for Such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. ' 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate 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 2005/2007 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 06.13 SPECIAL PROVISIONS-SECTION 3• PAGE 1 9/3/06 as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions. Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed casts shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at the applicable Contract Unit-Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts. On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineers Estimate therefor, an adjustment in Compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineers Estimate of the quantity for such item at the original Contract Unit Price. 2006/2007 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO.06-13 SPECIAL PROVISIONS-SECTION 3- PAGE 2 9/8106 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the (engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 06.13 SPECIAL PROVISIONS-SECTION 3- PAGE 3 918/06 ; SECTION 4-- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal' item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals," - Should the Contractor request approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor(s) that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of Contract. - END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL CONTROL OF MATERIALS CITY PROJECT NO. 06-1$ SPECIAL PROVISIONS-SECTION 4• PAGE 1 S/8/06 SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION; OR PROTECTION OF EXISTING UTILITIES (a) The fallowing full text of Government Cade 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: 200612007 ANNUAL SLURRY SEAL UTILITIES CITY PROJECT NO. 06.13 SPECIAL PROVISIONS-SECTION 5.PAGE 1 913106 "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price." 5-2 UTILITY LOCATION AND PROTECTION The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL UTILITIES CITY PROJECT NO- 06-13 SPECIAL PROVISIONS-SECTION 5-PAGE 2 9/8/06 i 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 Sherman Ferguson, 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: Mr. Woody Adams (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 2006/2007 ANNUAL SLURRY SEAL PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 06-13 SPECIAL PROVISIONS-SECTION 6 -PAGE 1 9/8/06 Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, Sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. - END OF SECTION - PROSECUTION, PROGRESS, 2006/2007 ANNUAL SLURRY SEAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO- 06-13 SPECIAL PROVISIONS-SECTION 6-PAGE 2 9l8106 I SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours- The Contractor shall forfeit, as a penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. 2006/2007 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO- 06-13 SPECIAL PROVISIONS-SECTION 7-PAGE 1 9/8/O6 7-4 Travel and Subsistence Payments. - As required by Section 1773.8 of the California tabor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids. 7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-7 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. 2006/2007 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 06-13 SPECIAL PROVISIONS-SECTION 7-PAGE 2 9/8106 A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50,000, but is less than $375,000. Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater- If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law- 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1. A certified copy of an employee's payroll record shall be made available for inspection, or fumished to the employee, or his or her authorized representative on request. 2. A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or fumished upon request, to a representative of the body 2006/2007 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 06.13 SPECIAL PROVISIONS-SECTION 7-PAGE 3 9/8/06 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- contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-11, herein, with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-11, paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section, Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer- Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen- The employee's address and social security- number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The 2006/2007 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 06-13 SPECIAL PROVISIONS-SECTION 7-PAGE 4 9/8106 "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-9 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best's Financial Rating of VII or better, and (3) with companies with a Best's General Policy Policyholders Rating of not less than A, except that in case of Worker's Compensation Insurance, participation in the State Fund, where applicable, is acceptable, The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations: 1. Workers' Compensation: a) State: Statutory Amount Or minimum $1,000,000 b) Employer's Liability: $1,000,000 2: Comprehensive-General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death): $ 1,000,000 Each Occurrence $ 1,000,000 Annual Aggregate Property Damage: $ 1,000,000 Each Occurrence $ 1,000,000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. 200612007 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.06.13 SPECIAL PROVISIONS-SECTION 7-PAGE 5 9/8/06 c) Personal injury, with employment exclusion deleted: $ 1,000,000 Annual Aggregate 3. Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death): $1,000,000 Each Person $1,000,000 Each Occurrence b) Property Damage $1,000,000 Each Occurrence Ora combined single limit of $1,000,000 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 Contractors bid. 2006/2007 ANNUAL SLURRY SEAL RESPONSIBILITIES Or THE CONTRACTOR CITY PROJECT NO- 06-13 SPECIAL PROVISIONS-SECTION 7-PAGE 6 9/8/06 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. I - END OF SECTION - 200012007 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT N0.06-13 SPECIAL PROVISIONS-SECTION 7-PAGE 7 9/S/06 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) i END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.06.13 SPECIAL PROVISIONS-SECTION S- PAGE 1 9/8/06 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefor shall be included in the prices named in the Bid Sheet(s) for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment_ All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City Council, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such 2006/2007 ANNUAL BLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO. 06.13 SPECIAL PROVISIONS-SECTION 9 - PAGE 1 9/8/06 amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be considered as included in the bid item(s), and no additional payment will be made therefore. - END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO.06-13 SPECIAL PROVISIONS-SECTION 9-PAGE 2 918106 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Dust Control And Site Cleanup i 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 stared 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 20 and 29, Township 4 South, Range 5 East; Section 35, Township 4 South, Range 4 East; Section 1, Township 5 South, Range 4 East; Sunrise Way, from Alejo Road to Ramon Road; -and Mesquite Avenue, from El Cielo Road to Mountain View Drive, and from Vella Road to Gene Autry Trail. 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 ''/n" but less than 1'/z" 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. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS-SECTION 10-PAGE 1 6. Following sufficient time allowed for curing of joint sealant material or asphalt concrete pavement in cracks, apply Type II slurry seal or rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL (as identified in the Bid Schedules and Listing of Streets). 7. Following sufficient time allowed for curing of slurry seal or rubberized emulsion- aggregate slurry seal (REAS) or FLEX SEAL (as identified in the Bid Schedules and Listing of Streets), replace all existing traffic striping and markings as required by these specifications_ 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety," of the Standard Specifications. 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions, The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2.3 Construction Signing, - Lighting and Barricading-- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES" dated 1996, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 72 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties. 10-2.6 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. 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. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS- SECTION 10-PAGE 2 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. - Payment for traffic control shall be considered as included in the unit bid item price per square foot for Type II slurry seal or REAS, and no additional compensation will 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 1Yz' in width prior to routing. Cracks I%" 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 11/z' in width, shall be CrafcoT" 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 D5O78 shall have the following characteristics: Test Limits Cone Penetration (ASTM D5329) 15—45 Resilience (ASTM D5329) 30% Min. Softening Point (ASTM D36) 210' F Min. Ductility, 77' F (ASTM D113) 30 cm Min. Flexibility (Crafco Procedure) Pass at 300 F Asphalt Compatibility(ASTM D5329) Pass Bitumen Content (ASTM D4) 60% Min. Tensile Adhesion (ASTM D5329) 400% Min. Safe Heating Temperature 4000 F Recommended Pour Temperatures 3800 F Unit Weight-at 600 F 10.0 lbs./gal. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS-SECTION 10- PAGE 3 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. 4. The material will be packaged in approximately 60 lb- boxes with a polyethylene liner. The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be covered with a weather resistant covering. 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of compliance with these specifications from the manufacturer. The Contractor shall submit the manufacturers material certification for the asphalt sealant to the Engineer for review and approval at least fourteen (14) days prior to commencing any work. Crack sealant material for pavement cracks greater than 1Y2' in width shall be type E-AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 10-3.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be CrafcoTM Model BC-220 or approved equal of current manufacturer. The joint and crack routing and cleaning machine shall be CrafcoT" Model 200 or approved equal of current manufacturer. The joint cleaner attachment shall be CrafcoTM Model 110 or approved equal of current manufacturer. 10-3.5 Preparation of Cracks - All cracks to be sealed ('/" or greater in width) shall be routed, swept, and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-3.5.1 Weed hiller - All cracks and joints shall be treated with an approved weed killer at least seven (7) days before sealant application if weeds or other plant material are present in the pavement cracks. The Contractor shall apply week killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-3,5.2 Routing — All cracks between '/" and 1'/" in width prior to routing shall have a routed reservoir created with a rotary impact router. The completed reservoir shall comply with the following dimensions: 1. The router shall remove at least 1/8" from each side of the crack and cut back to sound pavement. 2. The minimum reservoir width is W', and the maximum width is 1'/2". 3. The reservoir depth shall be 10-3.5.3 Crack Cleaning and Drying —The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS-SECTION 10-PAGE 4 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. I I ' 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., 6975 W. Crafco Way, Chandler, Arizona 85226. 10-3.7 Measurement and Payment - Payment for preparation of cracks and application of weed killer and asphalt-rubber sealant shall be considered as included in the unit bid item price per square foot for construction of Type II slurry seal or REAS slurry seal, and shall represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-4 CRACKFILLING 10-4.1 Description - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks greater than 1'/2° in width. 2000/2007 ANNUAL SLURRY SEAL CITY PROJECT NO-06-13 CONSTRUCTION DETAILS 0/8/06 SPECIAL PROVISIONS-SECTION 10- PAGE 5 10-4.2 Material - Crack filling material for pavement cracks greater than 1'Yz" in width shall be type E AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 10-4.3 Preparation of Cracks - All cracks to be filled shall be swept and cleaned by air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-4.4 Asphalt Concrete Placement - Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and voids, and achieves required density and compaction. 10-4.5 Payment - Payment for preparation of cracks and installation of Type E AR 4000 asphalt concrete pavement shall be considered as included in the unit bid item price per square foot for Type II slurry seal or REAS slurry seal, and shall represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-5 Asphalt Concrete Grinding 10-5.1 Grinding Built-Up Excess Asphalt Concrete Pavement. — The following section shall only be applicable if there are areas where the finish elevation of the asphalt concrete pavement adjacent to existing concrete surfaces (i.e. edge of gutter, cross-gutter, concrete pavement, spandrels) exceeds one inch. Prior to installation of the Type II slurry seal or rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL, the Contractor shall grind the existing asphalt concrete pavement at all locations where systematic build-up of asphalt concrete pavement has occurred adjacent to existing concrete surfaces. Such work shall include, but not be limited to, edges of gutters, cross-gutters, spandrels, and edges of concrete paving. The Contractor shall grind to a depth such that the elevation of the finished surface is equal to the elevation of the adjacent concrete surface_ The Contractor shall not allow the elevation of the asphalt concrete pavement surface to be higher or lower than the adjacent concrete surface at the completion of the work. 10-5.2 Measurement and Payment. — Payment for grinding asphalt concrete pavement, including all compensation for furnishing all labor, materials, tools, equipment, cleaning and sweeping, and incidentals, and for doing all work involved in grinding of the asphalt concrete pavement and disposal of resulting materials, as specified in these Special Provisions and as directed by the Engineer, shall be considered as included in the unit price bid for Type II slurry seal or rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL, and no additional compensation will be allowed therefore. 10-6 TYPE II SLURRY SEAL 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO- 06.13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS-SECTION 10-PAGE 6 I I 10-6.1 Description - The slurry seal work shall consist of the application of Type II Slurry Seal, in accordance with the requirements of Subsection 203-5 and 302.4 of the Standard Specifications and as specified herein. The Contractor shall submit to the Engineer at the Pre-Construction Conference a mix design in accordance with Section 203-5.4 of the Standard Specifications. 10-6.2 Material - The mineral aggregate shall be 100 percent crushed rock of angular shape, sound, durable, hard, resistant to abrasion, and free from lamination, weak cleavages, and undesirable weathering. The material shall be such that it will not disintegrate from the action of air, water, or other conditions to be met in handling and placing and shall have a specific gravity of not less than 2.60. All materials shall be clean and free from deleterious impurities, including alkali, earth, clay, and refuse. The grading of aggregate shall conform to the gradations specified in Table 203-5.3 (A) of the Standard Specifications for Type II. Care should be exercised to prevent segregation of aggregate in storage and handling. If segregation occurs, the material shall be worked prior to mixing in a manner that will minimize segregation. Emulsified asphalt shall be cationic type, Grade CQS-1 h conforming to the requirements of Section 203-3.1 and 203-5.2 of the Standard Specifications. The emulsified asphalt shall be modified with latex in accordance with Section 203-10 of the Standard Specifications, unless otherwise approved by the Engineer. A cationic SBR latex polymer, Ultrapave UP-65K, by Ultrapave Corp., a division of Textile Rubber and Chemical Co., 1300 Tiarco Drive SW, Dalton, GA 37027; (800) 727-8453; info@Ultrapave.com, or an approved equal, shall be added to the emulsified asphalt to be used in the emulsion- aggregate slurry mixture. The Contractor shall submit to the Engineer technical information for the type of cationic SBR latex polymer to be used on this project, for review and approval, at the Pre-Construction Conference. 10-6.3 Equipment- The equipment used in the performance of the work shall be subject to approval of the Engineer and shall be maintained in satisfactory working condition at all times. Descriptive information about the slurry mixing and applying equipment to be used shall be submitted to the Engineer for approval at the Pre-Construction Conference, 10-6.3A Mixer - The slurry mixing machine shall be a continuous flow mixing unit and be capable of delivering accurately a predetermined proportion of aggregate, water, and emulsified asphalt to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis. The aggregate shall be pre-wetted immediately prior to mixing with the emulsified asphalt. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. The mixing machine shall be equipped with an approved fines feeder that provides a method to accurately introduce a predetermined proportion of mineral filler at the same time and location that the aggregate is fed into the mixer. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spraybar adequate for complete fogging of the surface ahead of the spreading equipment with an 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 CONSTRUCTION DETAILS 918106 SPECIAL PROVISIONS-SECTION 10-PAGE 7 application of 0.05 to 0,10 gallon per square yard_ Sufficient machine storage capacity to mix properly and apply a minimum of 12 tons of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing slurry seal- 10-6.313 Self-contained Slurry Machine -The machine shall be capable of rapid discharge of the mixed materials into a spreader having suitable controls to allow adjustment for variations in pavement grades and slope. The spreader shall be similar to the spreader box as herein before specified- The spreader box may be either an integral part of a self- contained slurry machine or a separate towed unit. The self-contained slurry unit shall be mounted on a truck or other vehicle capable of producing evenly controlled low rates of speed throughout the operation so that the slurry is spread evenly and all cracks are filled. 10-6.3C Slurry Spreading Equipment - Attached to the mixer machine shall be a mechanical type squeegee distributor equipped with flexible material in contact with the surface to prevent loss of slurry from the distributor. It shall be maintained to prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread. There shall be a lateral control device and a flexible strike-off. The box shall be kept clean and the build- up of asphalt and aggregate on the box shall not be permitted. The use and condition of burlap drags or other drags shall be approved by the Engineer. 10-6.3D Cleaning Equipment - Power brooms, power blowers, air compressors, water flushing equipment (prior to slurry only), and hand brooms shall be suitable for Cleaning the surface and cracks of the old surface. 10 6.4 Band Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 10-6.5 Trial Application - The contractor shall place a test strip of each type of slurry of 60 square yards in the designated area. The test section shall be placed using the same equipment and methods as will be used on the job. Slurry mixture placed in the test strip shall conform to job mix with minor variations to obtain crack fillings, bond to pavement, and desired skid resistant texture. In the event that the materials do not meet the requirements for fluidity, non-segregation, or surface texture, a new job mix shall be formulated and tested at the Contractor's expense. Work shall not proceed before approval of design mix and acceptance by the Engineer following the placing of a test strip, 10-6.6 Placing - Type II Slurry shall be placed on the public streets listed in the appendix, and as directed by the Engineer. The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface. No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to the application of slurry seal. The application of slurry shall be scheduled to commence after 7:00 A.M. and shall be completed by 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. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS-SECTION 10-PAGE 8 I II The slurry seal shall be applied only when the existing surface is clean and free of visible moisture. The slurry seal shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these Special Provisions, and as directed. The cured slurry shall have a homogeneous appearance, it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. The slurry mixture shall be of the designated consistency when deposited on the surface and no additional elements shall be added. Total mixing time shall not exceed 4 minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate-fines from the course aggregate. If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement. 10-6.7 Rate Of Application - The rate of application for Type II Slurry for each pass shall average 16 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 noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slurry seal construction. 10-6.10 Cleanup - During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such items. The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by Engineer. The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO.06-13 CONSTRUCTION DETAILS 913106 SPECIAL PROVISIONS-SECTION 10-PAGE 9 10-6.11 Removal and Resealing - Any slurry seal application that has been rejected shall be removed by cold planing to the original pavement. A new slurry seal application shall then be placed on the pavement. Any placement of slurry seal that has been rejected shall be removed and replaced at the Contractors expense. 10-6.12 Protection of Uncured Slurry - The Contractor shall provide such flaggers and barricades as may be required to protect the uncured slurry from vehicular traffic. All damages to the uncured slurry shall be the responsibility of the Contractor. 10-6.13 Measurement and Payment- Payment for Type II slurry seal shall be made at the contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements. The contract unit price includes full compensation for all slurry seal materials, application, and appurtenant work, including all labor, equipment, and materials, pavement cleaning crack-sealing and crackfilling, posting of notices, masking and cleaning pavement markers and utility covers, removal and replacement of reflective, raised pavement markers and traffic markings, and all other incidental work. 10-7 RUBBERIZED EMULSION - AGGREGATE SLURRY SEAL (REAS) 10-7.1 Description: The work shall consist of formulating a mix design, cleaning pavement surfaces, mixing and applying a crumb rubber asphalt slurry-seal surface treatment, and protecting the completed slurry seal until set. The Work shall be in accordance with the requirements of subsection 600-3 of the Standard Specifications for Public Works Construction and as specified herein. The Contractor shall submit to the Engineer at the Pre-Construction Conference a mix design in accordance with section 600-3.2.8 and 203- 6.4 of the Standard Specifications_ The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface. 10-7.2 Materials. Rubberized Emulsion-Aggregate Slurry (REAS) shall consist of Rubberized Polymer Modified Emulsion (RPME) and aggregate. 10-7.2.1 Rubberized Polymer Emulsion. RPME shall be a quick set type of emulsion, and shall contain asphalt, polymer modifier and crumb rubber. 10-7.2.2 Polymer Modifier. Polymer Modifier shall be latex which is added at a minimum of two percent by weight of the RPME_ 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. 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO.06-13 CONSTRUCTION DETAILS 918106 SPECIAL PROVISIONS-SECTION 10-PAGE 10 10-7.2.4 Quality Requirements. Manufacturers shall certify that materials meet the requirements specified on table 600-3.2.4(A) 600-3.2.4(B) of the Standard Specifications and on table 600-3.2.4(C) Type II Slurry Aggregate modified as shown below. TABLE 600-3.2.4 (C) COMPOSITION OF REAS RPME % of Residual RPME Kg of Dry Pounds of Dry Aggregate Type Dry /o OF Dry Aggregate per Aggregate per Aggregate Aggregate L of RPME Gallon of RPME Weight Weight Fine Slurry 60 - 80 30 - 40 1.27— 1.70 10.6— 14.2 A re ate Type I Slurry 50 - 75 25 -38 1.35 —2.0 11.3— 17.0 Aggregate Type 11.51urry, 28 - 35 , 14-',,�18,; 2-90—3.6 241, 30 Aggregate, „ 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(6) prior to any chemical additions, and when tested in accordance with ASTM C136, shall conform to the Type II gradation shown on Table 600-3.2.5(A) modified as shown below. TABLE 600-3.2.5 (A) GRADATION OF AGGREGATES FINE SLURRY TYPE I SLURRY TYPE II SLURRY SIEVE SIZE AGGREGATE AGGREGATE AGGREGATE' % BY WEIGHT PASSING SIEVES 9.5 mm 3/8" 100 100 100 4.75 mm No.4 100 100 90-100 2.36 mm No.8 95-100 90-100 65-90 .: 1-18 mm No.16 75-92 65-90 45=70 600 mm No.30 50-75 40-60 30-50 300 mm No.50 35-50 25-42 1'8-36 150 mm No.100 15-30 15-30 10-24 ` - 75 mm No.200 10-20 10-20 " ', 5-15 2006/2007 ANNUAL SLURRY SCAL CITY PROJECT N0. 06.13 CONSTRUCTION DETAILS 9!8/D6 SPECIAL,PROVISIONS-SECTION 10-PAGE 7 7 10-7.3 Slurry Mixing and Spreading Equipment, The REAS shall be mixed and spread in accordance with the provisions of subsection 600-3.3 of the Standard Specifications. 10.7.3.1 Application of REAS. The application of REAS shall be in accordance with the provisions of subsection 600-3.4 of the Standard Specifications and application rates for Type II slurry Aggregate as shown on Table 600-3.4(A) modified as shown below. TABLE 600-3.4(A) RPME APPLICATION RATES Aggregate Type Application Rate m /L of Application Rate ft /gallon of RPME RPME Fine Slurry Aggregate .86 - .98 35 —40 Type I Slurry Aggregate .69 - .86 28 —35 Type I"I Slu,ny'?ggregate, ::59'; ..78 = 24,- 32 10-7.4 Cleaning Equipment _ Power brooms, power blowers, air compressors, water flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the surface and cracks of the old surface. 10-7.5 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 10-7.6 Joints - No excessive build-up causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt 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. 10-7.7 Smoothness - The finished surface of the slurry seal shall be at least as smooth as the original pavement surface. Any corrugations on the surface creating vibrations noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slurry seal construction. 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 200612007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06.13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS- SECTION 10- PAGE 12 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. 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 crack-filling, posting of notices, masking and cleaning utility covers, removal and replacement of all reflective and non-reflective, raised pavement markers and traffic markings, 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 Protection of Raised Pavement Markers - For raised pavement markers which are to remain, the contractor shall mask off pavement markers or wash the slurry from all pavement markers immediately after application of the slurry with water in a motorized pressured spray rig or by other means approved by the Engineer for cleaning the entire surface of each raised pavement marker, and shall leave no residue from the slurry on raised pavement markers. This operation shall be paid for under the unit price bid for the Construction of Type II slung seal, and no additional compensation will be made therefore. Any raised pavement markers damaged by the Contractor's operation shall be replaced in kind to the satisfaction of the City Engineer at no additional cost to the City. 10-8.3 Removal of Raised Pavement Markers - On those streets designated for installation of REAS, all existing raised pavement markers (reflective or non-reflective) shall be removed prior to installation of the REAS, in accordance with Section 312-3 of the Standard Specifications. 10-9 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS 200612007 ANNUAL SLURRY SEAL CITY PROJECT NO-06-13 CONSTRUCTION DETAILS 918106 SPECIAL PROVISIONS-SECTION 10-PAGE 13 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. For all streets to be slurried with a Type II slurry that have existing traffic striping in accordance with Caltrans standard raised pavement marker details, the non-reflective markers shall be protected in place and washed after slurry in accordance with Section 10- 8.2 "Protection of Raised Pavement Markers". Any missing or damaged non-reflective raised pavement markers shall be replaced by the Contractor with new non-reflective raised pavement markers. For all streets to be slurried with a Rubberized Emulsion-Aggregate Slurry (REAS) that have existing traffic striping in accordance with Caltrans standard raised pavement marker details, all existing non-reflective markers shall be removed and replaced by the Contractor with new non-reflective raised pavement markers. For all streets, all existing reflective markers shall be removed and, after slurry application, replaced in like kind with new reflective markers. New blue markers shall be placed at fire hydrant locations whether or not markers existed prior to the slurry application. 10-9.2 Pavement Markings - Pavement markings shall conform to the provisions in Section 210-1.6.1 "General", 210-1.6.2 "Thermoplastic Paint, State Specifications' and 210- 1.6.3 "Rapid Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications and these Special Provisions. Whenever the Contractor's operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both), such pavement delineation shall be replaced by Contractor before completion of project. Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "T") which shall be applied in accordance with the manufacturer's printed instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. Traffic striping and pavement markings may be installed at night after 8:00 p.m. or in the early morning before 6:00 a.m. with the prior approval of the Engineer. Payment for installing pavement markings and markers at night shall be considered as included in the unit price bid for the construction of Type II slurry seal; or for the work included in Bid Schedules D and E, payment for installing pavement markings at night shall be considered as included in the lump sum price bid for "Traffic Control", and no additional compensation will be made therefore. 2000/007 ANNUAL SLURRY SEAL CITY PROJECT N0.06-13 CONSTRUCTION DETAILS 9/8106 SPECIAL PROVISIONS-SECTION 10-PAGE 14 The Contractor shall use Caltrans metric stencils for all legends and arrows on this project, conforming to the latest Bureau of Public Roads standards. The Contractor shall contact the Engineer, 72 hours before any legends are painted on city streets to ensure that the patterns the Contractor is using match the patterns used by the City of Palm Springs. No other pattern will be allowed except patterns that match patterns used by the City of Palm Springs. 10-9.3 Removal of Traffic Stripes and Pavement Markings All thermoplastic traffic stripes and pavement markings within the streets to be slurry sealed shall be removed as indicated above. 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 occupied by public traffic, the residue including dust shall be removed immediately after contact between the erasing machine and the surface being treated. Such removal shall be by sweeping concurrently with the erasing operation. Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as provided in Section 7-10, "Public Convenience and Safety," of the Standard Specifications. 10-9.4 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. 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. All existing reflective 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 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. For those streets receiving an application of Type II slurry, existing non-reflective pavement markers shall be washed in accordance with Section 10-8.2 "Protection of raised pavement markers" of these special provisions. For those streets receiving an application of REAS, all existing non-reflective pavement markers shall be removed in accordance with Section 10- 8.3 'Removal of Raised Pavement Markers" of these special provisions. 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 260612007 ANNUAL SLURRY SEAL CITY PROJECT NO. 06-13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS-SECTION 10-PAGE 15 proposed project as the job proceeds before completion of work each day, and not at total completion of slurry seal. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than "/2-inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 10-9.6 Blue Hydrant Markers - Blue hydrant markers shall be 'Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal. Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half- street closest to the fire hydrant and on a line perpendicular to the fire hydrant. 10-9.7 Measurement and Payment — The contract prices paid per square foot for the construction of Type II slurry or REAS slurry, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in removing and replacing all existing traffic striping, pavement markings and raised pavement markers, including any necessary rabbit tracks, dribble lines and layout work, complete in place, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. END OF SECTION - 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO.06.13 CONSTRUCTION DETAILS 9/8/06 SPECIAL PROVISIONS- SECTION 10- PAGE 16 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III -APPENDIX 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO, 06-13 Listing of Streets Street Maps City of Palm Springs Standard Drawing No. 625 Cal Trans Standard Plan No. A20A, A20B, A20C, A20D and A24A CrafcOTM Polyflex Type 3 Sealant Product Data Sheet 2006/2007 ANNUAL SLURRY SEAL CITY PROJECT NO.06-13 CONTENTS 918106 PART III CITY PROJECT 06-13 2006/2007 ANNUAL SLURRY SEAL SECTION 20 STREET LISTING SEGMENT ID DESCRIPTION FROM TO FT2 2044000 CALLE SAN RAFAEL GENE AUTRY TR E END 26195 2044000 CAMINO PAROCELA GENE AUTRY TR SAN LUIS REY DR 59553 *2045005 CROSSLEY RD AVE 34 DINAH SHORE DR 111690 *2045010 CROSSLEY RD DINAH SHORE DR RAMON RD 110997 2045025 INDIAN SPRINGS RD CROSSLEY RD RIO BLANCO RD 52992 2045030 RIO BLANCO RD INDIAN SPRINGS SAN LUIS REY DR 61821 2045035 SAN LUIS REY DR DINAH SHORE DR SUNNY DUNES RD 31797 2045040 SAN LUIS REY DR SUNNY DUNES RD RAMON RD 67662 2045085 SUNNY DUNES RD GENE AUTRY TR SAN LUIS REY RD 48573 2045090 SUNNY DUNES RD SAN LUIS REY DR CROSSLEY RD 47088 2045095 PUBLIC RD CAMINO PAROCELA SUNNY DUNES RD 20241 2045120 RUSH ST AVE 34 N END 34542 SECTION TOTAL(TYPE Ip: 450464 SECTION TOTAL(REAS): 222687 "- Indicates these street segments Shall receive installation of rubberized emulsion aggregate slurry seal (REA$)or FLEX SEAL. I I I RwlnoN Rowe 1-0 I I I � - 1 I 1 I CT I �Nd t?4Rcr�t,ti 1 SvNN y ONES I� � , � I AID 9UlNCn g I F �' SW R4Pt14cw � d r I PLAZA Ip rANxYY LILY FAIRWAY CIRCLE AGUS lou]TA PLAZA xa•NN LlL RE PLAZA 1 NA2[LTIxP r I • i YlflAllu PLAZA I PARADISE PIAZ♦ TAM G LHANTCw PIAEA 1 �0 nAx . k. A[u Aiva1i MIYA M&ZA Gov SdNNY MM _ ALP 34TH AIENW : 1 w�� I I I CITY PROJECT 06-13 2006/2007 ANNUAL SLURRY SEAL • SECTION 29 STREET LISTING i SEGMENT ID DESCRIPTION FROM TO FT2 • 2945010 BOLERO RD GOLF CLUB DR 175TE GOLF CLB 65007 2945020 CREE RD JONES RD GOLF CLUB DR 41516 1 2945025 MARGUERITE 5T AVE 34 MARTHA ST 46224 2945030 MARTHA ST MARGUERITE ST LAWRENCE ST 6372 2945035 LAWRENCE ST MARTHA ST AVE 34 46224 i 2945040 WAVERLY DR GOLF CLUB DR BROADMOOR DR 73$36 i 2945045 BROADMOOR DR E PALM CANYON D CHERRY HILLS DR 104724 2945050 CHERRY HILLS DR BROADMOOR DR PEBBLE BEACH DR 43443 2945055 PEBBLE BEACH DR CHERRY HILLS DR LAKESIDE DR 54540 2945060 LAKESIDE DR PEBBLE BEACH DR BRENTWOOD DR 38844 2945065 BOB O'LINK LN BRENTWOOD DR CHERRY HILLS DR 70371 2945070 OSWEGO CR BOB O'LINK LN E END 6012 2945075 MENLO CR BOB 0•LINK LN W END 7695 2945080 BRENTWOOD DR CHERRY HILLS DR WAVERLY OR $0703 2954000 PALM HILLS DR PALM CANYON DR S END 24096 SECTION TOTAL(TYPE 11): 709707 F .....;: ,. . G .. PALM SPRINGS �"'' .. MOnttcrtO OA ^ MUNICIPAL GOLF ..1 ... . COURSE .::•: :�::.::.•.� f YAl1THA ]T. C O p S p Y - T • ao OWEGO CALL[ V[RO[ a 4 i .. F. t... FIRE STA. .. ... .{{... .. ...:.. " ...i..,...::, t PALM .'VALLEY SCHOOL I [MOIMO a. �.cn 4 4,• PALM ARE00 OIL ar l[ 0 ♦ �[0. �u cAL .I k T/v Ill !pO P6a]On rtir Asr —n ♦EMCIMA c' K� P4L� �gNYn x oYOTE OA c� � ! 1 ^ � vS =OL Rix OI,C G UAes AR Irf/flHrrll\\: I \plll�lllJ/lIJ///J/J/I// rtm � J� J y r��cT ROCKS DRIVEWAY EL OORApO A']B OT 11 e \ /q MOBILE HOME 0T MYMOM PARK �Cr x 4 '1 COS LAS EL:11E5 pl. Ory1 0q A 17 ♦ T OLIOEPA . e Iv n c ' I] I i I CITY PROJECT 06-13 2006/2007 ANNUAL SLURRY SEAL SECTION 35(T4S,R4E)&SECTION 1 (TSS, R4E)STREET LISTING SEGMENT ID DESCRIPTION FROM TO FT2 *3544010 MURRAY CANYON DR TOLEDO AV S PALM CANYON DR 348597 3544015 BOGERT TR S PALM CANYON DR 443'E S PALM CANYON DR 17721 3544020 BOGERT TR 443-E S PALM CANYON DR GOLDENROD LN 79272 2544025 BOGERT TR GOLDENROD LN 1764'E GOLDENROD LN 59382 3544030 SOGERT TR 1764'E GOLDENRO 125'N ANDREAS HILLS 505$0 3544050 SIERRA MADRE DR MURRAY CANYON DR SANTIAGO WY 31860 3544055 SANTIAGO WY SIERRA MADRE DR CALLE PALO FIERRO 29583 3544060 CALLE PALO FIERRO SANTIAGO WY AVENIDA GRANADA 58068 3544065 CAMINO REAL 140'N ALHAMBRA MURRAY CANYON DR $2773 3544070 BONITA CR CAMINO REAL W END 12249 3544075 AVENIDA GRANADA CAMINO REAL CALLE PALO FIERRO 56637 35440$0 AVENIDA GRANADA CALLE PALO FIERRO S PALM CANYON DR 66357 3544085 SIERRA MADRE OR AVENIDA GRANADA S END 19305 3544090 VIA ESTRELLA TOLEDO AVE CALIENTE DR 45828 3544095 ALHAMBRA DR CAMINO REAL 462'E CAMINO REAL 18072 3544100 PEQUENO VIA ESTRELLA SEND 8397 3544145 BARONA RD BOGERT TRAIL N END 10106 3544150 AVENIDA SEVILLA BOGERTTRAIL N END 29326 3544155 AVENIDA SEVILLA BOGERT TRAIL E END 19809 3544160 CORSICA CT AVENIDA SEVILLA S END 24397 3544165 AZALEA CIR W GOLDENROD LN WEND 9380 3544170 AZALEA CIR E GOLDENROD LN E END 9380 3544175 DOGWOOD DIR W GOLDENROD LN W END 9$$0 3544180 DOGWOOD DIR E GOLDENROD LN E END 9380 3544185 GOLDENROD LN BOGERT TRAIL N END 34204 3544190 GOLDENROD LN BOGERT TRAIL S END 20$$8 3544195 SNAPDRAGON CR GOLDENROD LN W END 7395 154005 REDFORD DR SOGERT TR ANDREAS HILLS DR 18315 154010 ANDREAS HILLS DR REDFORD DR BOGERTTR 78318 154D15 HILLVIEW COVE BOGERT TR ANDREAS HILLS DR 9711 154020 HILLVIEW COVE ANDREAS HILLS DR E END 18252 154025 DUNHAM RE) ANDREAS HILLS DR E END 17280 154030 STONE HEDGE RD ANDREAS HILLS DR E END 1 14742 154035 RIDGEMORE DR ANDREAS MILLS DR E END 38693 154040 BOGERT TR 5-N ANDREAS REDFORD DR 76509 154045 BOGERT T 12 H R REDFORD DR ANDREAS HILLS DR 68551 SECTION TOTAL(TYPE II): 1158100 SECTION TOTAL(REAS): 348597 "-Indicates these street segments shall receive installation of rubberized emulsion aggregate slurry seal(REA$)or FLEX SEAL. �� .. .. „PV6LlC 5r CCU, rw . c4ye . .. ... rrll � ' „ f - T. 4 ... ....:. ' . . ..... . ...... . v. at TRAIL 2 J. IQ MU[IIT T11.14 AD Got.P6-c�'Ro� �y gel bOyWoap cK ��'� S�N14i{'- SEPut- t cr CUR `aj 4 _ cr T T%G TPF�VO - mee f I •T Zr Ne non n t r"t _ e22n • •`' F 1 j J t tie ti•.n��-:Sr• n1c , 132 I • J�NoM —A 1-L Or a0,6EC<7 "MA'L CITY PROJECT 06-13 200612007 ANNUAL SLURRY SEAL SUNRISE WAY LISTING SEGMENT 11) DESCRIPTION FROM TO FT2 '1444005 SUNRISE WY RAMON RD ALEJO RD 340560 STREET TOTAL(REAS): 340560 '-Indicates these street segments shall receive installation of rubberized emulsion aggregate slurry seal (REAS)or FLEX SEAL CITY PROJECT 06-13 200612007 ANNUAL SLURRY SEAL MESQUITE AVENUE LISTING SEGMENT ID DESCRIPTION FROM TO FT2 "1945020 1 MESQUITE AVE EL CIELO RD MOUNTAIN VIEW DR 74097 '9945030 MESQUITE AVE VELLA RE) WILLIAMS RD 41940 "1945035 MESQUITEAVE WILLIAMSRD GENE AUTRYTR 3$457 STREET TOTAL(REAS): 154494 "-Indicates these street segments shall receive installation of rubberized emulsion aggregate slurry seal (REAS)or FLEX SEAL. NO. REVISIONS APPROVED DATE 1, STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE W NEAREST THE B.C.R. g' 12" CURB RAMP SEE Dwe. 212 BCR FACE OF CURB STREET CENTERLINE 4, 8 a 7rNON — RAMPED :I i FACE OF CURB i STREET CENTERLINE NOTE: ALL STENCILS TO BE CALTRANS METRIC: — THROUGH ARROWS TYPE I — LEFT/RIGHT ARROWS TYPE IV — DROP ARROWS TYPE VI I CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 289$1 i CITY ENGINEER R.C-E- STOP BAR AND LEGEND DETAIL DRAWN BY-- G.F_E FILE ND. STANDARDS CHECKED BY: M.L.F. DWG. ND- 625 Di 51 CENTERLINES LANELINES [CONT) NO PASSING ZONES-T-90 DIRECTION 1 IT -L E HIGin6Y5) 4W TIL[`I[ HICH"Y5] DETAIL I HTA[L 12 <d-e" DETAIL 21 DETAIL 2 ee'-o' DETAIL <a'a —� - ��•"""�fy .: F e'-o" T'o' n'o' T•_p g._g• y H• P' z' e' re' DETAIL 22 z:._p. r ire. LAN:,-<.e raamui.,ewssm emzv 9 1 0000 11 A & HTML - Pe roll a axl3r-e DETAIL 14 1 +s' e' r '-p' <e•-u• —� p g Ia00 �la'-P' ® o000 �� o000 � o000 � zo•-o r•-o' 1<'7, DETAIL [3 j -I 144 e. DETAIL 9 .e' r' DETAIL 19A A •-•l �41 00 GOOO N 00000 ®7t N 000 OGG is © o ® o © TYPICAL LANE LINE DELINEATION O ---a y IN ADVANCE OF EXIT RAMP m NO PASSING ZONES-ONE DIRECTION LEGEND PErx+;:< N DETAIL 5 eer=as e ,z' E. >a=P' i 1z,• DETAIL 15 0 TYPE A finite 6co flecrlre 1 _� ® F a Ix' P ,a'-P' ® ^� ® n� Ar rclle. ew+renec rr.e —► —► Z w —► Ace cle0r PeffoCnrle.lre �� y �� v DETAIL 6 ea• •r ® TYPE D T1, rerlw veli,ri«Irve •ae, o,<• •i�._p. �a r1, a �_ I•' P' rz'-o" re'-u' DETAIL I6 <a' El TrEe c mx-.m' Greer !: mile r mill- (I Trac 6 ova-.cy reila,ax vr.-en xc l.•,e OLTAX 1-1 —i LINES ur-c- ac u 9 DETAIL 7 ee•-c' p s 11 r 7� NOTE: c2w11 w iF ,a he 11 in coal Neon l z ® ® ® ® 6 DETAIL ]T u•-e Ym i ,n Pelcil u.Pe rau tee �s .o ea omo Z � Di l 1 ,�_-o' F 9.'a.�.- ' •_ n •_ •• F of roc [n ar hm'el in waa.nol ion 11,exm., Ix. DI LANELINES a 0 0 M 0 0 ® Ri MARKER DETAILS N DETAIL a L•ATILAPC X[4N6'AYS] 0* 0 0 &m®® 0 0 0 Q—{ O _j e' y r•-a•. rr•-o• r-o' li'-6' T' P' D'cTAIL 18 31S-+X" 'sl DETAIL 9 <a'u• —i ] y a' r-n' IT'-o' DETAIL 19 1 DETAIL 10 ze. P. Q zi,_e. Q� TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE H y d P' -P' rs'c' e'a' e•-c SRII C!ML CfldC 110OD coo [IDETAIL 20 <a• 0 P[zA>TeEIIT a TP:.ISPaiTAiE:• Rol.a- rr«Ilero== PAVEMENT MARKERS DETAIL 11 E?-1 AND TRAFFIC LINES --► Eo 56-p' Io y moo 0a0 Mae D00Q- T TYPICAL DETAILS —� NO SCALE A20A r EGSND LINES '[ LEFT EDGELINES MFOIAN ISLANDS N:NNENs n•nnlre ;`�_, •� 40mcm wumysl W TYPE AY Yellow DETAIL 24 1 DETAIL 26 ran reue[a.e o'r,u�• - /"`' I —IIK--: L TYPE o r.o NN F o.re[!Im ar Tr-el —Y EO9e 0! Ira.?l CC •ay i -{ Fe l,o roflocli.e e ! 20it6 DETAIL 25 ToI1 _ ]NTERSEC[ION Tr e'n,e rv.ovH._x`mv>«.sx ® mg, or ,ru;oleo.er ©�-1 —� I TREATMENTS DETAIL 39 ^{ �-- Y-C•' Ie'u' e'-o' rz..c a^.o. aa.-m. i�._�.. 14' �. ® s l e e u e DETAIL 25d H !]E TAIL 29 z1"�''� ,Lr-� 71 —>• za' U. 24'-o' zo'-o' +g•-o^ 112-01 a'-N' 11e'-O' ze-o z4'-o' DETAIL 3'A z'-e Ss•_tt• S it IOY-o f Ee;e or Irc.e 1-a.oy �I DETAIL 26 Tag, or v mec•pry _iI I ,00'-u' 1® - •. I,® 7iI— ox' OETA:L 35 6 © ILL DETAIL 27 DETAIL 30 za' o' a• o Tl NI Tl �-- � I—e'I o' I I ,,..II =;: i 24 a'-o' Ff r._o.. I L[ s D DETAIL 35r RIGHT EDGELINES ,:'a' O TWO-'WAY LEFT TURN LANES -I ^ MARKER DETAILS I— '""` ""' waD 2Ta [:IerzJ DETAIL 31 a f- Z O=TAIL 27B - _� 3'fl' 414 a TV.-4•A' N 1 _ --T _ Etlge or rr ,=lea wy -T 1 RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 ee• o' zr-o' ze• o' - z e•-o' r a' zr-o' a'-o• Flu INTERSECTIONS f ® ® ® ® ® RI DETAIL 27C -i1 a TYPE AY TYPED TYPE H C7 C7 0 o +e'u' z'-o'I 36'-O' z•-o'I 3�-o' 1 l Relr[re(I•�1 are Fo[e zoo' sY-o' Y-o' 1 rz'-u" DETAIL 33 sTATC. cxoro-mx F 24'-G' 24' Y' C 2V'C' ['- '- �I CE'4P.TPCIT CF 1. rGPQTTArlXl PAVEMENT MARKERS AND Iz• ® - ems TRAFFIC LINES TYPICAL DETAILS 4-0 I 1e•u• I n•I Ie'�o' 1e I '-u' 2'-o'I r-o" i 0000 ® 0000 Oooe 01 { NO SCALE I L sn•-o' I.J A20B I EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 35 �� s, p„ - [oge or (rove lee.m f�slnliral ? m L 's 1,Ion ¢ ¢ ¢ ¢ . T¢ 5••ANIe c..psto.l 2IT S'IN Ix Fee _ ✓. a+"a'i' H y p•_d. ¢ � lna SYO�lon A20R� � L ia:loR6a;^.G eeloq XV'Iwr3�j a see L_Idil zsA LANE DROP AT EX[T ftAh{p5 SIG PIm 1203 'v DETAIL 37 9O =r.e le sa oeroil 35 �Pe]I a 'h mile 1n:_ 3•,0 0 30._5.. yro' sR•_o. EO_e of Ir Vrele3 my Itonp) 4'Yol][. Ilna �' S'-]c 30 ENTRANCE RRfdP NEl17RAL AREA (MERGE} TREATMENT C7 A L� E1 3 C7 D A D 3 C] C7 9 O ¢ y 5' 0' I ! q• 5 enlb Ln¢ DETA[L 36A /4- Tienne /Ec.�o. are�e laG.w [e=�eneel �` L 3'-c— �'s-e pe.e11 s9 ¢ y ( I/ s.a ien 5 90'-4' Q wlo.r ere DETAIL 37q R-P-oI m '!> ., im-1, 3�-o see es.oil 3s rn SrG Plan A20B -3 3]'_O'• -0' P=' S'o',xx300' 0} e'en11x I.ne y see oeloll 5,9 cr Ia —� ¢ "I 510 Plcn}20R R•en.m Le. TrFe A a[rk=re [PI�crm 8 6 9 8 6 8 6r o3 B 8 B 8 8 8 8 8 6 8 Be 8 6 9 86 988 _ a']glmr li `\ v-�� 5'ti• [eqe er<rnvel ee .[y trc R]) �2'J' '-p_' ,see oeloll Ss3 3 O ¢ 25•- 5-4 Flue a03 'D . ir. �plle[Iq,nei]ir.J Irne erc n,me) [e cm11 IaY [ y ¢ �i• srcrr mx�Ii¢ry Lars., r+arc +evanq Ieni n I =riI¢ 1. v see Remns 2sa A. Plu..Ams DETAIL 37e LAIV= DROP AT INTERSECTIONS 9 ENTRANCE RAMP NEUTRAL AREA {gCCELERATION LANE} TREATMENT . 5. r -]] �'�' D DETAIL 360 +.•enim nrn I 2 Eege er rrU.dled eer (nninline) O 9 E-I rJ A E7 L7 9 17 3 ED 0 9 .--J E'-0' 6 W.. line 3 See Oe rc 11, 3i 3•_tl• 12• q`'I�3'-U' see N_eaiL 39 N see a.I leC3 .J �-k� '" I.........IT. S.tl Fln, 2Yq nI ¢ d Y,Ife Ilne DETAIL 37C 5"['Ii1e line IO'-¢' 1'YeI1Cr Ire ] 1_q• E., ar Iroreree ecf I-,) ¢ 68 9 88 68 86 8B 3 88 Be9 8B 66 A 8B 9886 6986� MARKER DETAfLS � s' R' ¢ see �e zs.. 7x'u 3'-a' rnrae n i rric--a sia Plc.1 d 1.1 51G Pln,620B 31{ a r I3—�\ 9 �—T ' STATI cG CAL%MU LEGEND o[Pxe TPEllT or Tsl ,PCRTAT. ..,As —` � PAVEMENT MARKERS O x1F< AeRt.errae-rene[rwe OAG [ �_ l AND TRAFFIC LINE ® rrPE e=.ee-mmr R.o-crenecr.re �/ ;;_� TYPICAL DETAIL$ Q TYPE a ene-cur eleur oatr eneci,ee TYPE A TYPE C TY?E G NO SCALE ) -i-- R�rac ncn ar TrWeI F=_Ir]ro rrecllvd face A 2OL" CHANNELIZING LINE LEGEND v{PNCNS DUAL 38 e'Fnlle Lla! p iYF'c n nn�l!Nao-re nlc+me �1r•� �s• ® iYFC RY Y[Ilw Nan-P[rlecf iv Y ] 'MiY I•$D]a �i'ry.U1r�il TYPE G Q,e-.Ly Clear Pelrt.-erlec l:oe _ rh—gn irorrlc Line DETAIL MA 0 ,li1e Lira �— Olrc-l.en o! ➢'c,e1 a+!:..e ms..a crocalc•,r„maa MARKER DETAILS verrereueul.'- pa.en-nl Pefr.rm,rw i�e`6.'-. m ark^_r c-1� o, ° z.}Pc enE of recefs� D 3� Sae rb'x 3 re_ee � r I OEIA]L 366 P.kT 11C Lma 'L SECTION A-A SEC730V 6-6 g�o � 0 0 �IIIf 0 0 0 X U—A L J� enc Pe rro-x ha.e care:.,+ Pe rro-=rllu�.! aa•enlnr zr-P' zo•-o' —s ncrr:al co.o:bean ova ci ecess �— � or sees N DETAIL 36C — .- -� �y - — —I 4 O TYPE A & TYPE Al TYPE G ! —{68 O 8888 a 888883 Ol .n�er�a —�b . Len- tl coMf Sorlo[e PLAN PLAN a.D.. I a.-b. ) Sarloce 9' ro e' iro noY L Llic Pne-e'q italec iYye 21 LiYLe 4 si ac _ Z Fa t.A '• RECESS DETAIL FOR 9 BIKE LANE LINE — r RETROREFLECTIVE PAVEMENT MARKER DETAIL 39 �E'enlr= Leee •iMrrcnlos+:c Ib+er.o� XI p DETAIL FOR RECESSED ° °4' ^ RECESSES IAARKEP. +.OYES: se. na is A ana a � P [NTERSECTION L]NE THERMOPLASTIC TRAFFIC STRIPE i,crnc o- f, Vwn BIKE LANE z RECESSED NERMOPLAST[C NOTES DETAIL 39A xcQ'-g' mfersec+Im {.see rr io.re ro- ee+.arenlcw+e Face ��� P?ra a ry9•con.ron.c ae z.rr. r nn=cn.e C O OI Tl, 1w fo crkl n9p e,'Iv.Tf. rcr K c rrn L� nsmlm on! N a.here[p • Irc :n r:c5lm ac Inslonla pC�-rEc ri6ece urea rc: 0 e•O c- s'nnn! Lin. In e_] per- nr rall b-a to I( c Inzmllor loos. v b.meclr.-pa.eaen+ ser mce. s.ine Icp or pe+e.r._n+ a Instal lea ses Ilbe O Yj Oelcv Ins LANE LINE EXTENSIONS TYPE C & TYPc ❑ TYPE G & TYPE H o"`"eel .,�rmcc. THRDUGH INTERSECTIONS see Wl.e I c.IJ z. DETAIL 40 DETAIL 40A RETROREFLECTIVE PAVEMENT PAARKER —� r-`'--I --c I—° FOR RECESSED INSTALLATION 0 o q o 0 oo �o 4-nm+e Lire Trp,pe a rm==!I lcrl.e STAR OF MFUTA CENTER LINE EXTENSIONS 0,,,IVA] cF TPxnSAYil ATCN THROUGH INTERSECTIONS PAVEMENT MARKERS DETAIL 41 DETAIL 41A AND TRAFFIC LiNES TYPICAL DETAILS ® ® a o @ C ® ® a ®c NO SCALE "Yeller Llra T'ry+ RY 1. mFefl=c+•ae A20D 9 tt c +xe Ire !s><.[ curerFL- 1 Par �� I I � 1 � I �fl Rea lt�ry.H nm�•wi.�.-i^w Hill 111 f f 1 r-o-celo f I I V 0 =11 Sq fr 11 I I TYPE I 10'-0' ARROW A �` f, r a 1 ( 1 A=3R s fI o �� 1 TYPE YIII ARROW m I I=25 69 e'-v GRID R TYPE I SB'-0'r ARROW I III Z +•-o`:am l r°` I TYPE�YI6ARR0W I 'p y 1=) 50 F1 PICHT URr RR-1FfWA 1' 0'Gfl[q 11'-0' 4'.LT L}M1E, TYPE I 24'-0-' ARROW -' r— }=1n fl p`E L[.IPCR IYW_I TYPE IV (L) ARROW (FUSE PAIRROR SI JAGE1RRr A=33 <4 fl I I TYPE YARROW 3 i � I NOTE; I i 1 � 4Mil YARSAi1Gu IA OIUJI51OV5 , J_ STATE 6 CAII"P AFT TM q! INIIaFCfil1T011 DAY flC ACCEPTER 6i 1H_ EA61k:£q I' P'GRIY ['-°' `"`q`° PAVEMENT MARKINGS ° " ARROWS A=r �q ,+ TYPE ffi R 1 ARROW BIKE LANE ARROW V. IYRL c Ili aggcr, NO SCALE USC VERROR 1.11) A 24A PRODUCT DATA SHEET INC POLYFLEX TYPE 3 SEALANTi i AN MIGON19 COMPANY �^6975 W.Crttfco Way•Chandler AZ 85226 1-00D,628.8242•(602)276-04M•FAX(602)961-0513 PART NO.34521 JANUARY 1999 - i'www.crafco.com READ BEFORE USING THIS PRODUCT ' GENERAL Crafco PolyFlex Type 3 sealant is a single component,hot-applied.elastically modified asphalt composition which is specifically produced as an economical yet effective pavement maintenance scaling material for use in cracks and join in asphalt or ponland cement concrete pavements-As compared to sealants based on ground reclaimed rubber, PolyFlex Type 3 sealant offers lower viscosity for easier application,improved summer temperature flow resistance, quicker set up time and improved low temperature flexibility. PolyFlex Type 3 is suited for use in hot climates which )` commonly experience summer temperatures in excess of 105E(40C),and seldom experience winter temperatures below 30F(-IC). ' i— Si SPECIFICATION The Crafco recommended specification limits for PolyFlex Type 3 sealant when heated in accordance with ASIM !;CONFORMANCE D5078 to the safe heating Imperatore are as follows: `�. CRAFCO Recommended Sppe, Cone Penetration(ASTM D5329) 15-45 Resilience (ASTM D5329) 30%min. Softening Point(ASTM D36) 21OF(99C)min- t Ductility,77F(25C)(ASTM D 113) 30 cm min- Flexibility(Crafm Procedure) Pass at 30F(-IC) Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM D4) 60%min Tensile Adhesion(ASTM D5329) 40017n min. Safe Heating Temperature 400F(204C) Recommended Four Temperature 38OF(193C) APPLICATION The unit weight of Crafco PolyFlex Type 3 sealant is 10.0 lbs-per gallon(1.20 kg/L)at 60F(15,5C). Prior to use,the user must read and follow Application Instructions for Hot Applied Asphalt Rubber, Asphalt Rubber Plus, Polyflex and RoadSaver Sealants(January 1999) to verify proper product selection, heating methods,pavement ' preparation procedures, application geometry, usage precautions and safety procedures. These instructions am provided with each pallet of sealant- PACKAGING Packaging consists of individual boxes of sealant which are palletized into shipping units. Boxes contain a non- adherent film which permits easy removal of the sealant. Each pallet contains 72 boxes which are stacked in six layers of 12 boxes per layer. The weight of sealant in each box does not exceed 40lbs.(18kg)and pallet weights do not exceed 2,880 lbs.(1310kg). Pallets of sealant are weighed and product is sold by the net weight of product. ! Sealant boxes are manufactured from double wall kraft board producing a minimum bursting test certification of 350 psi(241 N/cm2)and using water resistant adhesives. Boxes use tape closure and der not contain any staples. Boxes ate labeled with the product name,part number,lot number,specification conformance,application temperatures and safety instructions. Palletized units are protected from the weather using a three mil thick plastic bag,a weather and moisture resistant cap sheet and a minimum of two layers of six month u.v protected stretch wrap. Pallets are, labeled with the product pan number,lot number and net weight. Application Instructions are provided with each pallet in a weather resistant enclosure. p WARRANTY CRAFCO,Inc.warrants that CRAFCO sealants meet applicable ASTM,AASHTO,Federal or State specifications at time of shipment. Techniques used for the preparation of tine cracks and joints prior to sealing ate beyond our i control as arc the use and application of the sealants; therefore, Cmfm shall not be responsible for improperly applied or misused sealants. Remedies against Crafco,Inc.,as agreed to by Crafeo,are limited to replacing noncon- forming product or refund(full or partial)of purchase price from Cmfco,Inc. All claims for breach of this warranty most be made within three(3)months of the.date or use or twelve(12)months from the date of delivery by Crafco, Inc.whichever is earlier. There shall be no other warranties expressed or implied_ For optimum performance, follox Cr atco recommendations for sealant fnstallatiom i� ;. 12