Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05219 - BOND BLACKTOP INC ANNUAL SLURRY SEAL FY 2005-06
• DOC 002006- 032 1 983 05/03/2006 08.00p Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside RECORDING REQUESTED BY: Larry W. Ward CITY OF PALM SPRINGS I+1 Assessor, County 1CIleIrl+kI+AR Recorder I AND WHEN RECORDED MAIL TO: I i�llll I�IIIII N�NI I�iilIIII IIII Will III�Iili IIII IIII City of Palm Springs P. O. BOX 2748 $ PAGE SIZE OA PLaR NOLO0. M MI:C Palm Springs, CA 92263 Attn: Office of the City Clerk I LA J_F1 Copy NC gEIN� N✓C L;phl Filing fee EXEMPT per GOVernlrlent Cade 61003 NOTICE OF COMPLETION Bond Blacktop Inc - CP 05-19 - A5219 Title of Document THIS AREA FOR RECORDER ' S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) 1 i Recording Requested By And When Recorded Return To: City of Palm Springs Attn: City Clerk P.O. Box 2743 Palm Springs, CA 92263-2743 (SPACEAROVE•THIS LINT FOR RECORDING USE) (MEMIT FROM RECORDING 1`61E PER GOV.('ODE¢6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to die laws of the $late of California. 2. The City Clerk of die City of Palm Springs is authorized and directed to execute, oa behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is Cty 14all,3200 E. T.dului[z Canyon Way, Patin Springs, California(P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to read property within [he city was COMPLETED on the 30°i day of March, 2006. 5. The name ol-the contractor(if named)for such work of improvement was!Bond Blacktop,Inc.,P.O.Box 616,Union City,CA 94587. 6. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: 2005/2006 Annual Slurry Seal Project. 7. Nature of Interest: Pee Owner 8. The Property address or location of said property is: Section 34,13S,R4E;Section 25,T4S,R4E; Section 30 T48,R4E,Sunrise Way from Vista Chino to Alejo Road, Palm Springs, CA, 9. City Project No. 05-19, Agreement Number: 5219, Minu[ Orde Number: 7803 CITY OF PALM SPRINGS: REVIEWED BY: DATED: 'ZI'O b (($IrecL Mai n[enanee Manager BY: DATED: e( Director of Public Works/City Engineer ` David J. Bamkian LAMES THOMPSON, being duly sworn, says: That he is the City Clerk of die aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this ventilation on bebalf of said corporation; tixt he has read the foregoing Notice of Completion, and knows the contents dlereol and the facts stated therein are true; that as c;iid City Clerz akes this verification on behalf of said municipal corporation. �^-City Cl-ark�-lames Thompson Index No. 0506 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 85 OV2 0698,SOA Bond Blacktop Inc 2005-06 Annual Slurry Seal CP 05-19 CO 3 Agreement A5219 City Manager auth 05-17-06 CITY OF PALM SPRINGS - - CONTRACT CHANGE ORDER To: Bond Blacktop, Inc. Date: April 5 2006 P.O. Box 616 Project No.: C.P. 05-19 Union City, CA94587 Project Name: 2005/2006 Annual Slurry Seal Change Order No.: Three (3)-Final Attn: Ed Dillon. President/Secretary Contract Purchase No.: 616300 Account Number(s): 134-4498-50100 001-4171-43200 Agr.#5219 M.O. #7803 Res. # A. CHANGES IN WORK: Increase, Decrease and New Items to Contract quantity. B.CHANGES IN CONTRACT COST: Bid Schedule A Bid Description Item 1 Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated cracks and construction of Type II Slurry Seal,including mobilization, traffic control, removal and replacement of reflectorized raised pavement markers and pavement markings and all appurtenant work on various City streets (as listed in the Appendix)within Section 25, Township 4 South, Range 4 East 3,959 SF @$0. 152 $ 601.77 Bid Schedule B Bid Description Item 1 Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated cracks and construction of Type II Slurry Seal, including mobilization \, traffic control, removal and replacement of reflectorized raised pavement markers and pavement markings and all appurtenant work on various City streets(as listed in the Appendix)within Section 30, Township 4 South, Range 4 East 17,118 SF @$0. 143 $ 2,447.87 Bid Schedule C Bid Description Item 1 Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated cracks and construction of Type II Slurry Seal, including mobilization \, traffic control, removal and replacement of reflectorized raised pavement markers and pavement markings and all appurtenant work on various City streets (as listed in the Appendix)within Section 34, Township 3 South, Range 4 East (42,416)SF @$0. 142 ($ 6,023.07) Bid Schedule D Bid Description Item 3 Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated cracks and construction of Rubberized Emulsion-Aggregate Slurry Seal, REAS (or FLEX Seal), including mobilization, and all appurtenant work on Sunrise Way from Alejo Road to Vista Chino 19,744 SF @$0. 189 $ 3,731.62 New Items A Replace existing reflectorized raised pavement markers and pavement markings on Barona Road from Jacaranda Road to South End 25,731 SF @$0.012 $ 308.77 April 5, 2006 C.P. 05-19 2005/2006 Annual Slurry Seal Change Order No. Three (3)-Final Page 2 of 3 Continuing, B. CHANGES IN CONTRACT COST: New Items- Bid Description B Replace existing reflectorized raised pavement markers and pavement markings on Carob Circle from E.P.C. Frontage to E.P.C. 36,261 SF @$0.012 $ 435.13 Frontage C Replace existing reflectorized raised pavement markers and pavement markings on East Palm Canyon Drive Frontage from Barone to Smoketree Ln 43,119 SF @$0.012 $ 517.43. D Replace existing reflectorized raised pavement markers and pavement markings on East Palm Canyon Drive Frontage from Smoketree Ln to 788 ft west of Smoketree Lane 22,518 SF @$0.012 $ 270.22 E Replace existing reflectorized raised pavement markers and pavement markings on East Palm Canyon Drive Frontage from 788 It west of Smoketree Lane to west end 17,100 SF @$0.012 $ 205.20 F Replace existing reflectorized raised pavement markers and pavement markings on East Palm Canyon Drive Frontage from East Palm Canyon Drive to Cherokee Way 21,150 SF @$0.012 $ 253.80 G Calle Alvarado and Amado Road - Install crosswalk Lump Sum $ 270.00 TOTAL CHANGE ORDER $ 3,018.74 NOTE: No additional markup will be added to any items in this Contract Change Order.All cost per each item are final. C. REASON FOR CHANGE: Measurement of square foot quantity was verified by both the City Inspector and the Contractor and the amount represents the increases and decreases for each bid schedule. New Items: For Items A through F,as stated in Contract Change Order No. 2, East Palm Canyon Frontage from Barona Road to west end and from East Palm Canyon Dr to Cherokee Way will be vacated in the near future due to proposed development along East Palm Canyon Drive and will be deleted from the City's public street inventory list. Until these streets are vacated,existing striping and pavement markings must be replaced.The unit price was established by dividing the lump sum cost for striping on Bid Schedule A($5,434.50), provided by the Contract, into the contract quantity for Bid Schedule A(458,689 SF). Item G was added due to change by City Staff to add a crosswalk for the New Convention Center Renovation. D. SOURCE OF FUNDS: 2005/2006 Annual Slurry Seal 134 -4498-50100 $ 3,018.74 Summary of Costs Contract Time Original Contract Amount: $ 382,424.50 Original Completion Date: March 21, 2006 This Change Order: $ 3,018.74 Days Added for this C.C.O.: 0 Previous Change Order(s): $ 17,380.57 Previous Days Added: 7 Revised Contract Amount: $ 402,823.81 Revised Completion Date: March 30, 2006 April 5, 2006 C.P. 05-19 2005/2006 Annual Slurry Seal Change Order No. Three(3)-Final Page 3 of 3 Continuing, I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted By S4 L Date 54-0�, Street M inten nce Manager By E-J1,'11114 Approved B f%� V Date ✓/// `/' City Engineer Title Approved by,IJ/0' Date '`1 nb ,G,l�'y h Oriager Date44 6 G' Attest _Date '��'® City Clerk Distribution: Original Conformed Copies Conformed-File Copv Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) APPROVED BY CITY COUNCIL Wno 03 11b-ob ` APPROVED BY CITY MANAGER Bond Blacktop Inc FY 2005-06 Slurry Seal CP 05-19 Agreement A5219 — CO2 under$25,000 CM auth 03-07-06 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Bond Blacktop, Inc. Date: March 6, 2006 P.O. Box 616 Project No.: C.P. 05-19 Union City, CA 94587 Project Name: 2005/2006 Annual Slurry Seal Change Order No.: Two (2) Attn: Ed Dillon President/Secretary Contract Purchase No.: 616300 Account Number(s): 134-4498-50100 001-4171-43200 Agr.#5219 M.O. #7803 Res. # i A. CHANGES IN WORK: Increase, Decrease and New Items to Contract quantity. B. CHANGES IN CONTRACT COST: Increase and Decrease to Contract quantity for Bid Schedule A: Delete- Barona Road from Jacaranda Road to South End 25,731 SF @ $0.152 ($ 3,911.12) Carob Circle from East Palm Canyon Drive to East Palm 36,261 SF @ $0.152 ($ 5,511.67) I Canyon Drive East Palm Canyon Frontage from Barona to Smoketree Ln 43,119 SF @ $0.152 ($ 6,554.09) East Palm Canyon Frontage from Smoketree Ln to 788 ft 22,518 SF @ $0.152 ($ 3,422,74) west Smoketree Ln East Palm Canyon Frontage from 788 ft west Smoketree Ln 17,100 SF @ $0.152 ($ 2,599.20) to West end East Palm Canyon Frontage from East Palm Canyon Dr to 21,150 SF @ $0.143 ($ 3,024.45) Cherokee Way Sub-Total ($25,023.27) I Add- ; Barona Road from East Palm Canyon Drive to 508 ft south 25,118 SF @ $0.152 $ 3,817.94 of East Palm Canyon Drive Princess Lane from Morongo Trail to South End 8,876 SF @ $0.152 $ 1,349.15 Tecopa Lane from Morongo Trail to South End 9,379 SF @ $0.152 $ 1,425.61 •I Sultan Circle from Araby Drive to West End 6,456 SF @ $0.152 $ 981.31 Sub-Total $ 7,574.01 I New Items- Arenas Road from Sunrise Way to West End 10,135 SF @ $0.152 $ 1,540.52 Scrub Seal Application on Las Vegas Road from Eastgate 3,700 SY @ $3.15 $ 11,655.00 Road to Granada Avenue Calle Alvarado from Amado Road to Andreas Road 24,480 SF @ $0.152 $ 3,720.96 I Sub-Total $ 16,916.48 TOTAL < Credit > CHANGE ORDER ($ 532.78) NOTE: No additional markup will be added to any items in this Contract Change Order.All cost per each item are final. C. REASON FOR CHANGE: Deleted Portion: Desert Water Agcncy recently completed their project to install a recycled water line in Barona Road from Jacaranda Road to the south end of Barona Road. Their project included pavement replacement of the trench and a slurry seal of the entire street segment. i I March 6, 2006 C.P. 05-19 2005/2006 Annual Slurry Seal Change Order No. Two (2) Page 2 of 3 Continuing, C. REASON FOR CHANGE: Carob Circle from East Palm Canyon Drive to East Palm Canyon Drive is a private street, and has been deleted from the City's public street inventory list, East Palm Canyon Frontage from Barona Road to west end and from East Palm Canyon Drto Cherokee Waywill be vacated in the near future due to proposed development along East Palm Canyon Drive and will be deleted from the City's public street inventory list. Added Portion: Desert Water Agency recently completed their project to install a recycled water line in Barona Road,which included pavement replacement of the trench,but not a slurry seal of the entire street segment.This affected the segment of Barona Road extending from East Palm Canyon Drive to 508 feet south. It is recommended that resurfacing of this segment of Barona Road be completed with Type II Slurry Seal. In November 1999, three new public streets were constructed as part of Tract 29135, which are Princess Lane, Tecopa Lane and Sultan Circle. These streets have been added to the City's public street inventory Host, and an installation of Type II Slurry Seal is recommended for them at this time. New Items: During the previous annual slurry seal project, the development known as "48 @ Baristo" was under construction.This project's construction entrance and staging area was located on Arenas Road;therefore, the segment of Arenas Road from Sunrise Way to the end adjacent to"48 @ Baristo"was deleted from last year's slurry seal contract. The City received a deposit from the developer to install the deferred slurry seal on this segment of Arenas Road. City staff received correspondence from a materials supplier,Western Emulsions to install a new pavement coating called a "PASS"Scrub Seal application on a City street as a test site. This application is similar to a rubber chip seal application that exists on Ramon Road,Sunrise Way and Racquet Club; however,instead of rubber coated chip, the pavement coating will have an emulsion coated chip. It is recommended that an installation of the application of this test case of the new pavement coating on Las Vegas Road from Eastgate Road to Granada Avenue be included with this project. During the 2003/2004 Annual Slurry Seal Project, Calle Alvarado from Amado Road to Andreas Road was deleted from the contract due to the construction of the Convention Center. It is recommended thatthis years sWry seal include this street with this project. D. SOURCE OF FUNDS: 2005/2006 Annual Slurry Seal 134- 4498 - 50100 - Credit to Contract ($ 2,073.30) Arenas Ruad Irnpruvernerds 001 - 4171 - 43200 $ 1,540.52 Summary of Costs Contract Time Original Contract Amount: $ 382,424.50 Original Completion Date: March 21, 2006 This Change Order: ($ 532.78) Days Added for this C.C.O.: 6 Previous Change Order(s): $ 17,913.35 Previous Days Added: 1 Revised Contract Amount: $ 399,805.07 Revised Completion Date: March 30, 2006 March B,2006 C.P.OG-12 2000008 Annual Slung Seal Change Omer No_Two(2) Pago 3 of 3 I have received a COPY arthis Change Ober and the City Approval: above AGREED PRICES are acceptable to tps wntractor. Submitted By 9traeIf Maintenan anager ,Approved By � �� bate Tale SrVwA 1 Citylinglneer Approved by J" /` - ity Mans or Dote 7 0 Ctty Cleric Oistributlow. Ortcinal Trnrmed Copies File on py F.rioineerSnp (1) iffee3irg Rle (1) FinAnce (1) R ginearing Field Inspector (1) APPROVE©BY CITY COUNCIL Contractor (1) Engineering Field supervisor ,(1)0N6 City clerk 0) Purchasing Agent (1) ,2 '1`o) \ 1`? rl ru r ��C� APPROVE® BY�ITY MANAGER ,E can 7 --6 `"�;11�tla)`% k'0011 APPROVED BY CITY MANAGER LP u Q M E M O R A N D U M TO: Carrie Rovney, Engineering FROM: � �Kathie Hart U Chief Deputy City Clerk DATE: March 7, 2006 SUBJECT: Bond Blacktop CO 2 to A5219 (decr$532.78) cc: File Attached is a duplicate original for your records and/or distribution. We have retained the original for our files. Additionally, it has come to my attention the contractor's signature is a copy. Please ensure we get a wet signature for our files. Please feel free to contact our office if there are any concerns. /kdh Attachment CONTRACT ABSTRACT Contract Company Name: Bond Blocktop, Inc. Company Contact: Ed Dillon Summary of Services: CP405-19, 2005/2006 Annual Slurry Seal Contract Price: $399,805.07 (including CCO#2 for $-532.78) Funding Source: 034-4498-50100 & 001-4171-43200 Contract Term: One Year Contract Administration Lead Department: Public Works &Engineering Contract Administrator: David Barakian/Pete Agres I Contract Approvals I Council/ Original Approval: January 18, 2006 Agency Approval Date: City Manager Approval: Minute Order : 7803 I i Agreement Number: 5219 I Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: �lS\��� ��� By: �`l FES-28-2006 TUE 12:57 PM CITY OF PALM SPRINGS FAX NO. 7603K Bond Blacktop Inc FY 2005-06 Slurry Seal CP 05-19 Agreement A5219 — C01 j Under$25,000 CM auth 03-06-06 j CITY OF PALM SPRINGS CONTRACT CHANGE ORDER I To: Band Blacktop, Inc. _ Date: February 2a, 2006 P.O. Box 616 project No.: C.R. 05-19 Union City CA 94587 Project Name: 2005/2006 Annual Slurry I Seal 1 Change Order No.: One (1) j Attn: Ed Dillon,President/Secretary Contract Purchase No.: 616300 - Account Number(s): 001 -4204-42190 001-4201-42190. 001.4201-43200. ! 610-5475-42195 Agr.#5219 M.O.#7823 Res.#, _ - A. CHANGES IN WORK: New Items to Contract quantity. I B. CHANGES IN CONTRACT COST: Newltems- i City Corporate Yard- North parking Lot 88,506 SF @ $0.152 $ -13,452.91 City Corporate Yard-East and West staging area for 29,345 SF 0$0.152 $ 4,460,44 Fleet Maintenance Building j TOTAL CHANGE ORDER $ '17,913.35 NOTE: No additional markun will be added to any items in this Contract Change Order.All cost j per each item are final. j C. REASON FOR CHANGE: Fleet Maintenance Manager is requesting to slurry seal the north parking lot and the 2 adjacent staging ! areas by the Fleet Maintenance building at the City Corporate Yard. City Staff Is recommending to l comply with this request to prolong the existing pavement condition until such time funds come ava!lahle to reconstruct the pavement. Installation of hot asphalt-rubber sealant material in designated pavement cracks, installation of asphalt concrete in designated pavement cracks, and construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of pavement markings, and all appurtenant work on the above locations. D. SOURCE OF FUNDS: Traffic Maintenance Supplies 001 - 4204 -42190 $ 0,948.16 Street Maintenance Supplies 001 -4201 -42,190 $ 5,670.00 Street Maintenance Supplies/ 001 -4201 -43200 $ 834.76 Contractual Services Fleet Maintenance 510- 5475-42195 $ 4,460.44 Summary of Costs Contract Time Original Contract Amount: $ 382,424.50 Original Completion Date: March 21, 2006 This Change Order: $ 17,913.35 Days Added for this C.C.O,: 1 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 400,337.85 Revised Completion Date: March 22, 2006 FEB-28-2006 TUE 12:58 PM CITY OF PALM SPRINGS FAX NO, 7603228360 P. 02 Fepruary 28, 2006 G.P.05-19 2005 /2006 Annual Slurry Seal Change Order No. One (1) i Page 2 of 2 I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted ey Date 3-I�CO Scree ai tenange er 3 f By uL Approved f Cit ineer Titl Appravetl oy Date � i Hager r Date 22 A`tfet a saa 'Date 6;�� City Clerk Distribution: �o° Original Conformed Copies Confarme it mile Copy I Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) a �l APPROVED BY CITY COUNCIL tnnl`tio� L•1�i-cab l���IG� APPROVED BY CITY MANAGER I PALM A� M E M O R A N D U M ti WpW y TO: Carrie Rovney, Engineering FROM: Kathie Hart j Chief Deputy City Clerk DATE: \ March 7, 2006 j SUBJECT: ` �` Bond Blacktop CO 1 to A5219 cc: File I Attached is a duplicate original for your records and/or distribution. We have retained the original for our files. Please feel free to contact our office if there are any concerns. i /kdh Attachment CONTRACT ABSTRACT Contract I Company Name: Bond Blocktop, Inc. Company Contact: Ed Dillon Summary of Services: CP#05-19, 2005/2006 Annual Slurry Seal Contract Price: $400,337.85 (including CCO91 for $17,913.35) Funding Source: 001-4204-42190,001-4201-42190,001-4201-43200, 510-5475-42195 Contract Term: One Year I I I Contract Administration I t Lead Department: Public Works & Engineering Contract Administrator: David Barakian/Pete Agres I Contract Approvals I Council/ Original Approval: January 18, 2006 Agency Approval Date: City Manager Approval: Minute Order/ : 7803 IAgreement Number: 5219 Contract Compliance Exhibits: Signatures: Insurance: j Bonds: Contract prepared by: Submitted on: �� { n By: �.o\0 1� Bond Blacktop Inc. Annual Slurry Seal 2005-06 AGREEMENT #5219 MO 7803, 1-18-06 AGREEMENT THIS AGREEMENT made this day of CWw\)W1 200b, 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: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal on various City streets in Sections 25, 30, and 34, and segments of Sunrise Way; traffic striping; and all appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ot�g wu%L BED IM Ali I iI.Cov 2005/2006 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 05-19 AGREEMENT AND BONDS-PAGE 1 10/19/05 i CERTHOLDER COPY NB STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 COMPENSATION I INS UIR ANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 01-25-2006 GROUP: 000571 POLICY NUMBER: 0010713-2005 1 CERTIFICATE ID: 448 CERTIFICATE EXPIRES: 10-01-2006 10-01-2005/10-01-2006 CITY OF PALM SPRINGS NB JOB:05-19 2005-06 PROCUREMENT & CONTRACTING ANNUAL SLURRY SEAL PROJECT 3200 E TAHQUIRT CANYON WAY PALM SPRINGS CA 92262 i i This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon30 days advance written notice to the employer. I We will also give you 30days advance notice should this policy be cancelled prior to its normal expiration. I � This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded i by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be Issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. CL THORIZED REPqRE/SENTATl4J PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. I ENDORSEMENT #1500 - EDWARD DILLON DIR PR SEC TR - EXCLUDED. I ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 06-01-i997 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. i i I " i 1 i I i I EMPLOYER I i BOND BLACKTOP, INC NB PO BOX 616 UNION CITY CA 94587 I [ATV,CSj IREv.2-051 PRINTED 01-25-2006 I ill � of eA�M s a� M E M O R A N D U M TO: Mari Lynn Boswell Procurement Office FROM: Kathie Hart, CIVICChief Deputy City Clerk DATE: February 3, 2006 SUBJECT: Bond Blacktop, Inc. A5219 Attached is a duplicate original copy of the above referenced agreement for your files and distribution. We have kept the original copy for our records. Please feel free to contact our office if there are any concerns. /kdh Attachment CONTRACT ABSTRACT Contract Company Name: Bond Blocktop, Inc. Company Contact: Ed Dillon Summary of Services: CP#05-19, 2005/2006 Annual Slurry Seal Contract Price: $382,424.50 Funding Source: 134-4498-50100 Contract Term: One Year Contract Administration Lead Department: Public Works &Engineering Contract Administrator: David Barakian/Pete Agres i Contract Approvals i CounciU Agency Approval Date: January 18, 2006 Minute Order : 7803 j Agreement Number: 5219 I Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: By: ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 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. 2005/2006 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 05-19 AGREEMENT AND BONDS-PAGE 2 10/19/05 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: -CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL: Minute Order No. City Clerk Gate APPROVED AS' FORM: Agreement No. By ����✓ I y Attorney APPROVED By CITY COUNCIL Date �� _ � 1 CONTENTS APPROVED: By !4% � City Engineer Date ?Er o Ile �•�. �� �� City Manage Date � a,O5 2005/2006 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.05-19 AGREEMENT AND BONDS-PAGE 3 10/19/05 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. CONTRACTOR: Name: Bond Blacktop, Inc. Check one:—individual—Partnership Y Corporation Address: P.O. BOx 616 Union City CA 44587 By: EAtlP11 rp"_ By:_-&"Lh, , AY fiL Signature(notarized) Signature(notarized) Name: Edward Dillon Name: Edward Dillon Title: President Title: Corp. Secretary I (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of California ❑ Stateof California ❑ County of Alameda ❑ss County of Alameda ❑ss On Jaauarp 25, 2006 On January 25, 2006 before me, Amy Matteis, Notary Public before me, Amp Matteis, 'Notary Public personally appeared Edward Di11or personally appeared Edward Di11on { personally knownTo'me (or proved to me on the personally no 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 offi lal al. WITNESS my hand�a, officidl se (� �� ( ✓ // ram Notary Signature:��. � `"� Notary Signature: Notary Seal: Notary Seal: AW mATTEIs Commission#1443145 s �MAITEIS Notary Public.Califomlp Z �� No,ory Public#1443145 Santa Clara County - Santo Clara Cunamla %,My Comm.Expires Oat2,2007 MYCoant Ex pMesOcr 2007' 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 AGREEMENT FORM 10/19/05 AGREEMENT AND BONDS-PAGE 4 O� PALM SAS i ^ ��. . . �.. . CITY 0r :1A1.P1 SP1)1fNdC . C'ilIFOR N J t=,HF`.. Ti"'i 0l;ICI)0:! CIT' CI_Er�s; To: Office of City Clerk From: Office of Procurement& Contracting I Subject: Annual Slurry Seal Date: January 26, 2006 Attached are the following documents: e ti,06ntract Abstract j,,2"sets of Contract documents executed by Contractor and notarized ./Certification by Secretary of Corporate Resolution . I"Perfonnance Bond �1 Original Payment Bond v..Confirmation of status of surety company Original Bid F.-Copy of bid bond- t ,,Specifications L-- ert f Cates of Insurance for the required policies � �r Confinnation of status of insurance carriers. Copy of Extract of Public Works Contract Award Copy of Bid Abstract c- Contractor License Information DEL'D TO CLERK'S OFFICE BY DATE: TIME: RECEIVED AND REVIEWED BY CLERK DATE: TIME: SIGNED AGREEMENTS RETURNED TO PROCUREMENT BY DATE TIME: H:\USERS\WPPUBLIC\CONTRACT PROCESSING\Clerk transmittal BergerBros Downtown Parking.wpd so BLACKTOP, Inc. COMPLETE ASPHALT MAINTENANCE Certification by Secretary of Corporate Resolution Al the meeting of the Directors of Bond Blacktop, Inc., a corporation organized and existing Under the laws of the State of Cali fornia, duly called and held in accordance with the articles ofincorporation and bylaws ofthe corporation at its office on April 22"", 2004 at which a quorum of[lie directors was present the following resolution was adopted to wit: Resolved, that Edward Dillon, President Lind Secretary is hereby authorized to sign contracts/agreements in the iianne of and on behalf of lBond Blacktop, Inc. I, Edward Dillon, Secretary of Bond Blacktop Inc., do hereby certify that I am Secretary of said corporation and LhaL the above is a full, true, and correct copy of a resolutioi ofthe Board of Directors of said corporation, duly adopted at the meeting held on April 22"", 2004 and that said resolution has not been revoked or rescinded. III wilncss whereof, I have hereunto subscribed my name and affixed the seal of said corporation. Date Edward Dillon, ��Sucretury P.0, Box 616, Union City, CA 04587 Phone (510) 4,41-9981 Fax (510) 44,1-9982 contract L.ic. N746482 1 BID DOCUMENTS 1 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 �,rNon-collusion Affidavit tr 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. �e 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 10/19/05 COVER SHEET BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA i 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: i 2005/2006 ANNUAL SLURRY SEAL r CITY PROJECT NO. 05-19 ' 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. rThis 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. 1 2110512006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 BID AGREEMENT 10/19/05 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract t 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: !f- Bidder: I'o^;l Inc. By: dola'- (Signature) Title: ; dvnra n=_y-;.�, PrP,.-apat 1 1 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 BID AGREEMENT '10119105 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: I 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Various City Streets in Section 25, Township 4 South, Range 4 East ' in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Installation of hot asphalt-rubber sealant material in required pavement cracks; installation of asphalt concrete in required pavement cracks; and construction of Type II Slurry Seal, including mobilization, traffic control, 1. removal and replacement of 458,689 SF $• ��� $6 reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets (as listed in the Appendix)within ' Section 25, Township 4 South, Range 4 East. TOTAL OF ALL ITEMS OF BID SCHEDULE A: $. e; 5� (Price in figures) C (twice in words) p pip qP..0NI ( B0)C ,_';16 ' Name of Bidder or Firm r �k 2005/2006 ANNUAL SLURRY SEAL fj p ' CITY PROJECT NO.05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 4 ' BID SCHEDULE B Schedule of Prices for the Construction of the: ' 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 ' Various City Streets in Section 30, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; and construction of Type II Slurry Seal, including mobilization, traffic control, 1. removal and replacement of 652,086 SF �• $ reflectorized raised pavement markers / and pavement markings, and all appurtenant work on various City streets (as listed in the Appendix)within Section 30, Township 4 South, Range 5 East. TOTAL OF ALL ITEMS OF BID ,SCHEDULE B: ' (Price in figures) © (Price in iiii4rdsl R/ BOND BL C°GC"IOP P.O. BOX 616 1190N CITY, CA 94587 Name of Bidder or Firm r, ai ' 2005/2006 ANNUAL SLURRY SEAL " Pl CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: 2005/2006 ANNUAL SLURRY SEAL ' CITY PROJECT NO. 05-19 Various City Streets in Section 34, Township 3 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount ' No. Quantity Price Installation of hot asphalt-rubber sealant material in designated pavement ' cracks; installation of asphalt concrete in designated pavement cracks; and construction of Type II Slurry Seal, including mobilization, traffic control, 1. removal and replacement of 979,826 SF $ $ 139—J b—'Z9 reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets (as listed in the Appendix)within ' Section 34, Township 3 South, Range 4 East. TOTAL OF ALL ITEMS OF BID SCHEDULE C: ' $_ /.3L5 (Price in figures) 1r, (Price in words) BOND BLA1-11<T0P P.0) BOW 6q16 UNIONCM/, CA 94567 Name of Bidder or Firm ✓ �lilY"r ' 2100512006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS- PAGE 6 ' BID SCHEDULE D Schedule of Prices for the Construction of the: j 200512006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Sunrise Way, from Alejo Road to Vista Chino in Palm Springs, California Item Description Estimated Unit Unit Amount 1 No. Quantity Price Traffic Control 1 Removal and replacement of all existing traffic striping (including all non- 2. reflectorized and reflectorized raised --- LS $ 5 $ pavement markers) and pavement markings. Installation of hot asphalt-rubber sealant material in designated pavement cracks; _ installation of asphalt concrete in designated pavement cracks; and _ 3. construction of Rubberized Emulsion- 328,356 SF $ `_ Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, and all d� appurtenant work on Sunrise Way from Alejo Road to Vista Chino. ' TOTAL OF ALL ITEMS OF BID SCHEDULE D: (Price in figures) 1 (Price in words) 150ND BLACKTOP ' Ro. PO>t 616 LA,flON CI-tlP(, CA 94557 Name of Bidder or Firm 1 ' 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 7 1 , BID SCHEDULE E Schedule of Prices for the Construction of the: 200512006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Sunrise Way, from Ramon Road to Alejo Road in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1 Traffic Control - - - LS ' Removal and replacement of all existing traffic striping (including all non- 2, reflectorized and reflectorized raised -- - LS pavement markers) and pavement markings. Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; and 25 f 3. construction of Rubberized Emulsion- 340,560 SF $• ,�� Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, and all appurtenant work on Sunrise Way from Ramon Road to Alejo Road. TOTAL OF ALL ITEMS OF BID SCHEDULE E. _ /IN f� rice ' fig}}re 1 _ -(Price in words ,v � TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH E (BASIS OF AWARD): LA (Pric figu s) i /�d,n�ti�',>,7/ ... f,ILirn•�T�n r 'l,�In��_�-^J' , ti, V' QII NTITIES 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 r c iv f`'III ri} In the amount shown in the Bid Schedule for the deleted item of Work. C�l�� f3L� ral° P.t3. B lix 516 UN�ON CITY, CA 94587 Name of Bidder or Firm UI Ai 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 8 I I I 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 tale done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1.cra�, 630.5 %Dt4 2. a �v` s 7.3 1� 3.3 >�` _ _ 42 y63 3. 4. 5. i 6. 8. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 10/19/05 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 Alapieda ) 1, Edward Di.l.lo n being first duly sworn, deposes and says that he or she is PrPsi_den:: of Fond Blacktop, Tnc. 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. 1 Bidder Fond Blacktop, 1^c. By pititIlI ,w DILL '.' Title Fdward Dillon, President Organization Corporntio Address P.U. Boa 616 Union Citq CA 94587 1 2006/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 NON-COLLUSION AFFIDAVIT 10/19/05 BID FORMS-PAGE 10 ' 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. BIDDERICONTRACTOR'S Name and Street Address: Bond Blacktop, Inc. 1147 Atlantic Street, U=Ion Cit- CA 94587 2. CONTRACTOR'S Telephone Number: (510 ) 441-9981 Facsimile Number: (510 ) 441--9982 ' 3. CONTRACTOR'S License: Primary Classification "A" Gen. E^eineer 3- .p, State License Number(s) 746432 Supplemental License Classifications 7/a ' 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety INSCO Address 2999 Oak Rd. , walru'z Creek CA 94597 Surety Company Agent: ABD Insurarc_e Services, R.,&,Tood Cite Telephone Numbers: Agent( 650) 839-6034 Surety ( 925 ) 295-3190 J� To Neu Robi^ 5. Type of Firm (Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: c..i-9_f0rnia 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 Di..-lon President, S?cretar•T ' 1147 Atlantic St. , Unio;_ City CA 94587 200512006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 BIDDER'S GENERAL INFORMATION 10/19/05 BID FORMS-PAGE 12 ' BIDDER'S GENERAL INFORMATION (Continued) ' 8. Number of years experience as a contractor in this specific type of construction Work: 20= ,ye=s of - peri_ercP; 9 yer;-s _ busi-ess as a cori-racto_ 9. List at least three related projects completed to date: a. Owner City of Palm snri-ngs Address Contact Pete Agres Class of Work 2004/2005 Annual Slur= Sea! Phone Contract Amount $766,454. 77 Project 2004/2005 s „v: Date Completed July 2005 Contact Person Telephone number b. Owner City of Ccrandado Address 1845 Strand lens , Corondrdo 92118 Contact T_ g r:, Stebbi Class of Work slurry sea! Phone (619) 522-657' Contract Amount �102,963.50 Project slurry seal 04--05 Date Completed Ju^e 28, 2005 Contact Person Telephone number C. Owner Cits- of A.'Aso `.Tie`,o Address 12 Journey St. #100, A'.iso Vie'o 92656 Contact Angle Fuertes Class of Work s1-urr; sea! Phone (949) 425-2533 Contract Amount $525,114 .00 Project 7.004 Sluriy Se,! Date Completed June 2005 Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Pro r' r. , Fd D.'.11on; Forem -- TBD 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. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 BIDDER'S GENERAL INFORMATION 10/19/05 BID FORMS-PAGE 13 11/10/2605 15:47 FAX 510 441 9982 BOND BLACKTOP, Inc. Wi002/Ouz BID BOND KNOW ALL MEN BY THESE PRESENTS, That Bond Blacktop, Inc. as Principal, and — Developers Surety and Indemnity Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City" in the sum of; Ten Percent (10%) of the Total Amount Bid--- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedules)of the Citys CContract Documents entitled: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 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 11th day of November , 200 5 . PRINCIPAL: Bond Blacktop, Inc. Check one: individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President:AND B_ Secretary, Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer). By Bond Blacktop, Inc. SURETY: �Wwr hm� Developers Surety and Indemnity Company signature (NOTARIZED) Print Name and Title; Edward Dillon, President By By �D In/1 � lL.i.LU Signaturesignature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title; Erin Bautista, Attorney-in-Fact 2005/2006 ANNUAL SLURRY SEAL BID BOND(BID SECURITY FORM) CITY PROJECT 05-19 BID FDRMS-PAGE 19 9125/05 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT n; ,e�., .r.,^��Y�.KYr. s .sir-c- >aa�^Q^Y"�z—t+�oaor�',�-a •�—'or^�cao-�e,�o�. ) State of California I ss. County of Alameda ,j On 11/17/05 before me, Amy Matteis, Notary Public Dare Name and TBe of OIOce,it,9,-Jane Doe,Nov,Pubfid) personally appeared Edward Dillon Name(s)of Signer(s) CI personally known to me s, ❑ proved to me on the basis of satisfactory evidence I to be the person(s) whose name(s) is/are h AMYMATTEIS subscribed to the within instrument and ((I amcommisslon N 1443145 acknowledged to me that he/she/they executed Jl Notary Pupft.calllomla the same in his/her/their authorized y �taC�Coanly capacity(ies), and that by his/her/their comm.Eupw Oct 2,200 signature(s) on the instrument the person(s), or ,yl i, the entity upon behalf of which the person(s) 'j acted, executed the instrument. WIAN , y ha a Jfficial seal. i • � Sgnarura of Nolary Puh`lio' • }1 OPTIONAL t Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. ) Description of Attached Document f- .r t • { Title or Type of Document: _ Palm Springs Bid does �f ,) Document Date: Number of Pages: R !; Signer(s)Other Than Named Above: • Capacity(ies) Claimed by Signer Signer's Name: _ i ElIndividual Topof thumb bare lI ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited El General ❑ Attorney-in-Fact I )r ❑ Trustee ❑ Guardian or Conservator ;) ❑ Other: ) f- I r, Signer Is Representing: I 01999 National NolaryASWmobon•9350 De Soto Ave,P.OBox2402•Chalswodn,CA913132402-, .nanonalnotaryorg Prod No 5907 Reorder Gall Tof.Free l-WO B766827 (California All Purpose Acknowledgment State of California County of San Mateo On November 11, 2005 before me, Jean L. Neu, Notary Public Date Name&Title of Officer/Notary personally appeared Erin Bautista Names(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 same 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 the instrument. WITNESS my hand and official seal. m JEAN!L.NEU Cem iaeion 7332209 Notary Public-California emson Mateo County yCorrG �.Fxpi�t DecZi,20p5 y Notary Public ---- ----------�OPT/ONAL(The information information below is not required by low) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docsNsurety\forms\notary.doc PONVER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725,IRVINE,CA92623 (949)263.3300 KNOW ALL MEN BY THESE PRESENTS, that except as expressly tinted.DEVELOPERS SURETY AND INDEMNITY COMPANY and INDLMNITY COMPANY OF CALIFORNIA,do each,hereby make.constitute and appoint: "'Erin Bautista, Jody A. Johnson, Jean L. Neu, Bryan D. Martin, jointly or severally"* as their true and lawful Allomcy(s)an-Fact,to make,execute,deliver and acknowledge, for and on behalf of said corporations,as sureties, bonds,undertakings and contracts of suretyship giving and granting unto said Ationncy(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each cranial corporations could do,but re5arVia&to each of said corporations full power of substitution and revocation,and all of ilia acts ol'satd Allorncy(s)-m-Fact,pursuant to these presents,are hereby rail tied and confirmed. This Power of Allomcy is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors or- DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000: RESOLVED,Thal the Chaimman of the Board,the President and any Vice President of the corporation be,and that each of Ihcm hereby is,authorized to execute Powers of Allomcy,qualifying the aterney(s)named in the Powers ol'Attorcy to c%ccute,on bchalf of the corporations,bonds,undcnakmgs and contracts of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of Ihcm hereby Is,authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER,that the signatures of such officers may be affixed to any such Power of Allomcy or to any certificate relating Thereto by facsimile,and any such Power of Allomcy or ecruficate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in ilia future with respect to any bond,undertaking or contract of sureryslup to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have scl orally caused These presents to be signed by their respective Executive Vice President and attested by their respective Secretary dus Iat day of February,2005 1 By.David H Rhodes,Executive Vice-President •`'PF'SV ANO �'vOic"'' GOMPpp yOA' yJ' OpPOR,gy � 2pP Rq 4 r� e w r OCT. E.c_ z OCT.5 O '^ a 10 n_` mull 1967 By O �Oc 1936 '�= O 2 Walter A.Crowell.Secretary %`o •'•. / rdD �� q//FOPNxP d STATE OF CALIFORNIA ) )SS. COUNTY OF ORANGE ) On February 1,2005,before me,Nita C Hd7mcycr,personally appeared David H.Rhodes and Walter A.Crowell,personally known to me(or proved to me on the basis ol'satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument the amity upon behalf of which the persons acted,executed the instrument. WI'IFNESS my hand and official seal. NITA G.HIFFMEYER ji C COMM,M 1643481 f f��/'''�v) NOTARY PI16l1C CALIFORNIA; Signature �^'+� 't /�/ Oy ORANGE CAUNTV t�v immm.egrlres Jan.10,2009 CERTIFICATE The undersigned, as Executive Vme-President,of DFVELOPF.RS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has nor been revoked,and furthemmore,that the provisions of The resolutions Hof the respective Boards of Dveclors ofsaid corporations set forth in the Power ofAttorncy,arc in force as of the date ot'thts Certificate. This Certificate is executed in the City of Irvine,Cali Fool the 11 th day of November 2005 By (1-1 �` "7 David L. Kerrigan,Executive Vice-Presidcm ID-1380(Rev.2/05) BOND #720483P Premium: $2,973.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That BOND BLACKTOP, INC, as Contractor,and Developers Surety and Indemnity Company as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California,hereinafter called the"City," in the sum of: Three hundred eighty two thousand four hundred twenty four and 50/100 dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns;jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled; 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05.19 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 24th day of January 200 6 CONTRACTOR: Bond Blacktop, Inc. Check one:_individual,_partnership, X corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: ( l',AACOn1A ' '�.� Developers Surety and Indemnity Company signature (NOTARIZED) Print Name and Title: Edw'ard Dillon, President By 5V 11 signature signature (NOTARIZED) (NOTARIZED) Print Name and Title; Print Name and Title: Edward, Dillon, Corp. Secretnry Erin Bautista, Attorney-in-Fact 2005/2005 ANNUAL SLURRY SEAL PERFORMANCE BOND CITY PROJECT NO. 05-19 AGREEMENT AND BONDS-PAGE 6 101191015 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 4I(e:r}g1 v�Se'frC• ' ',t.,grr';f�rGY` ^.";.t -7r"1C:4L ..A<..G•fC,•�'Ge C`.+Si'�:FyaF.�S)�T.A"..;6;4^.4`C S �.''hiS '�'rrS` 7C1.k�"."1 0 1� State of California l ss — i ' �l County of Alameda 1 >> 1,1 On January 25, 2006_ before me,_Amy Matteis,_Notary Public l)I y Dale Nerve onb TAlo al 011lcal to p, Jol'10 Una,Nall,Public I a> personally appeared Edward Dillon �l l( laenmfslm slnnmrtel -- — — .�, 'll x personally known to me �a f7 proved to me on the basis of satisfactory evidence Pi f to be the person(s) whose name(s) is/are AMYMATIEIS subscribed to the within Instrument and ��'7r Commission#1443145 acknowledged to me that he/she/they executed G'fl 1 NotaryPublic-California the same in his/het/their authorized ;11 S'41 Santa Clara County capacty(ies), and that by his/her/their! 0'� ,I My Comm.Expires Oct2.2007 signature(s) on the instrument the person(s), or • I(}) the entity upon behalf of which the person(s) acted, executed the instrument. 151 gKI l WIT�� my hanyf fflcial seal. l '9,nluro of Nolmy Publll If f �Jl "y �lyl (SI J Though Iho rnformahon below Is not required by law,R may prove valuable to parsons relying on the document and could prevent �I fSl fraudulent Iemoval and reattachmen(of this lonn'to anothor docmnanl 11 P �y Description of Attached Document ) S, Title or Type of Document Ci_rof Palm Sp n s 2_005/06 Slurry Contract/Bonds d.o Document Date: Number of Pages: l�r Signer(s)Other Than Named Above. u;y f Capacity(ies) Claimed by Signer ( Signer's Name: r 1�4 11 Individual 1.1,olmumhhere IRI l{h -1 Corporate Officer—Title(s):_________ l F� Partner—LlLimited ❑General (� I]i Attorney-in-F act I h ❑ Trustee Ci Guardian or Conservator h I Other: ki Slgnel Is Represc,ntuTg l��t��� 2,,J c,�'d>'G,L .,s <,�,�',�"�< ryr•;[.{p�1, _ry,ta4Yj[sxr,w,)t'.<,4.AJC:U'C1ryG4UN�.ry ,oL<,•ha.�•Ca.•(...e`C,<.C=V��.c.rer.uv.1��', 0 19.Nabon P,O aa,2A0'2•Cholswonit CA yID 132J02•rwvw uallnnslnnlalyorq Pmtl No 5907 Rmrtler Call Toll F1ao 1 800 075 557 California All Purpose Acknowledgment State of California County of San Mateo On January 24, 2006 before me, Jean L. Neu, Notary Public Date Name &Title of Officer/Notary personally appeared Erin Bautista Names(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 rapacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. dEANL.NEU n ^•• Commission k 1626628 Notary plktlb 'Calitotnla — ' Dec� z "" son Mote©county �/ My Comm FxPlms27,2009 Notary Public fir, ------------OPT/ONAK------------------------------------------ (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\suretyVorms\notary.doc POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 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 uric and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of suretyship giving and granting mrto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are 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 1,2000 RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and drat each of them hereby is,authorized to execute Powers of Attorney,qualifying the attomcy(s)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 Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate 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 contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this Ist day of December, 2005. BY: AND.O�;OF'' GOMPPO YO'c David H.Rhodes,Executive Vice-President yJ �.09�P0 R4 •.,.y.,a > OP RqT 9 eiOCT. F'a OCT.5 �2 FQr 10 w 1967 _A By; (��^'�'r"'., ?of 1 9 3 6 (/FOP �P Walter A.Crowell,Secretary a STATE OF CALIFORNIA COUNTY OF ORANGE On December 1,2005 before me,Gina L.Gamer, (here insert time and title of the officer), personally appeared David H.Rhodes and Walter A.Crowell, personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/shchbey executed the same in his/lier/their authorized capacity(ics),and that by his/her/their signature(s)on the instrument the formals), or the entity upon behalf of which the persons)acted,executed the instrument. WITNESS my hand and official seal. GINA L.GARNER COMM.# 1569561 Signature (SEAL) NOTARY PUBLIC CALIFORNIA .1I ORANGE COUNTY JI My comm.expires May 19 2009 A CERTIFICATE The undersigned,as Assistant Secretary,of DEVELOPERS SURETY AND 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 of Attorney,are in force as of the date of this Certificate. �TThiisAs Certificate is executed in the City of Irvine,California,the 24th day of January 2006 By Albert Hillebrand, Assistant Secretary ID-1380(Rev. 12/05) BOND 11720483P PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That BOND BLACKTOP, INC. as Contractor, and Developers Surety and Indemnity Company as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City,"in the sum of, Three hundred eighty two thousand four hundred twenty four and 501100 dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS; said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicted in the Contract Documents entitled: 200512006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attomeys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety, SIGNED AND SEALED, this 24thday of January 2006 2005/2006 ANNUAL SLURRY SEAL PAYMENT BOND CITY PROJECT NO.05-1 s AGREEMENT AND BONDS-PAGE 7 10119105 CONTRACTOR: Bond Blacktop, Inc. Check one:_individual,_ partnership, X corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By 0 SURETY: `-t�CY8A o,, Developers Surety and Indemnity Company signature (NOTARIZED) Print Name and Title: Edward Dillon, President By By signature °� signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: Edward Dillon, Corp. Secretary Erin Bautista, Attorney-in-Fact 2005/2006 ANNUAL SLURRY SEAL PAYMENT BOND CITY PROJECT NO. 05-19 AGREEMENT AND BONDS- PAGE 8 10/19/05 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT a1 q, �rl State of California 6 l ss. It County of Alameda 1�71 ,l �1 On January 25,_200_6__—before me, Am Matteis, Notary Public (• Nme Nmrw nod Tito el Olhcal la{I"'Vona Uoo,Nolary Publ¢'I personally appeared __Pdw_rd Dillon _ I a I(( IVemrlsl nl Slgnbl(s) b/1 6� �5 X personally(mown to me I proved to me on the basis of satisfactory S; evidence ! 'I to be the persons) whose name(s) is/are subscribed to the within Inshument and ' I�) MAYIMn�gg3145 acknowledged to me that he/she/they executed u+5' CoMM15tlOn# � the same in his/her/their authorizedt4o ,fl Calltort�o tOryPubik•Court capac'dy(ies), and that by his/her/thou j h�S� •-r gardo �0.t2,200 signature(s) on the Instrument the person(s), of tfi my COMM, Pu the entity upon behalf of which the person(s) acted, executed the in a WIT E no I seal V,J ti R �1 5 / 4y r' ,a1i�01 Nolary,Pv�lic (1 OPTIONAL Though the inlelmahon r a below Is not require by law,It nosy prove valuable to persons elying on the document and could Pro, }'M1I SI, fraudulent removal and leallaehrnent of this Porrn to another document, Description of Attached Document i lC Title or Type of Document: City qE Pa7,m Springs 2005�06 Slurry Contract�I3onds Document Dale:_ Number of Pages: _ l�Y IZ� Q yp; Signer(s) Other Than Named Above: St. t N Capacity(ies) Claimed by Signer j�>I Signer's Name: 1 l Individual ]q,of mumh here ,Ch L.1 Corporate Officer—Title(s): .� ,f 1�51 [] Partner—L:ILimited C'Qeneral Q Q� 17 Attorney-in-Fact � ll t7 Trustee l , Guardian a Conservator �u I Other:— -- - --- — —-- �f ' 'r� Signai Is r)1W)Nffiunnl Notary A�snnolion•9350 na Salo Ava PO eo,2402•01),ri onl, ll No 5907 Reurdar Call TOILFrua I-0BM&76,6029 California All Purpose Acknowledgment State of California County of San Mateo On January 24, 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 same 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 the instrument. 'WITNESS my hand and official seal. - - 'jE �.Niau commission#` 162662E f §01- N-cif-ary ryotaryPuallc•colltom(a Son Mateo countyMyca1Me.ExF�IteKDea21,2009 Public ---- -�=--------------------------OPT/ONAIL- ---------------------------------------- (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) h:\docs\surety\forms\notary doc POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725,IRV INE,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 Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This flower 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 1,2000: RESOLVED,that the Chairman of the Board,die President and any Vice President of the corporation be,and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the attomey(s)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 Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate 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 contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Executive Vice President and attested by their i espective Secretary this 1 at day of December, 2005. By: ,,"j`l ANDj;�;" MPANVO David H.Rhodes,Executive Vice-President �.... ••• O�''s, O;JrE,,�POA;••..,Qfi�'. 0p,POR,9 C' ri OCT.5 10 = w 1967 ,� By: T � , 1 9 3 6 °q</FOPNP az Walter A.Crowell,Secretary = q /pyyA ,op o` STATE OF CALIFORNIA COUNTY OF ORANGE On December 1,2005 before me,Gina L.Gamer, (litre insert name and title of the officer), personally appeared David H.Rhodes and Walter A.Crowell, personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/then authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. GINA L.GARNER COMM.#1569561 Signature C��" �'a�—C� (SEAL NOTARY PUBLIC CALIFORNIA ORANGE COUNTY Iv My comm.expires May 13,2009 y CERTIFICATE The undersigned,as Assistant Secretary,of DEVELOPERS SURETYAND 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 of Attorney,are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,the 24thday of January 2006 By Albert Hillebrand, Assistant Secretary ID-1380(Rev.12/05) Best's Rating Center- Search Results Page 1 Page 1 of 1 p p4 Best sl�, 4i. atfflrr ter j View Ratings:Financials_ _trrm th Issuer Credit Securities Advanced Search Other Web Censers Select one - Search Results page 1 of 1 1 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with Developers Surety To refine your search, please use our Advanced Search or view our Online Help for more information. New Search Developers Surety View results starting with: A B C D E F G H I J K L M N O P Q R S T U V W X Company Information Financial Strength Ratings Issuer Credit Ratings y Outlook/ Outlook/ T AMB# '*' Company Name T Rating '+' Implication `"' Long-Term + Implication Shod-Term +' Dc 11752 Developers Surety and Indemnity Company A. Stable us (Property/Casualty-Insurance Company) Note:Financial Strength Ratings as of 0112612006 12:11 PM E.S.T. Financial Strength Ratings(FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated GI $note that Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are FSR ratings. * Denotes Under Review Best's Ratinass Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company' strength,operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor its ability to meet i obligations,including those to policyholders.View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info I Careers About A.M.Best I Site Map I Privacy Policy I Security I Terms of Use I Legal&Llcensing Copyright©2006 A M.Best Company,Inc.All rights reserved. A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U S A http://www3.amhest.com/ratin2s/RatinRsSearch.asp?AltSre=9 1/26/2006 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID rev rwv i a DUE (y�� DATE: �%//�5 /6 � .` } C" �C�� DDING T0: D��D(p - /Gl/.'r"✓f �e � C� 7` " J 7 IANTITY COMMODITY ITEM'* Jrc�lu,dcc,�z- A- '7331Da`� 6p7a6 �z ��`8o,2 /9 74'9/ �o !0<1333 76 93a qs o 2J 6 l63 o.S/ CL65�0`�z 13 zq IzlG 973 y° 14/7 53 ?z D 10e63256 90320 " �67� 3Z �lSSS�7 6r' W,3 $° T 7-,* 572 osz 417rf96 a3 53(�D057 �1975� �O �l�z 63 License Detail Page 1 of 2 California Horne Thursday,Jena. a . ' Welcome to License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 746432 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: o CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lir button to obtain complaint and/or legal action information. . Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 01/26/2006 * * * Business Information BOND BLACKTOP INC P O BOX 616 UNION CITY, CA 94587 Business Phone Number: (510) 441-9981 Entity: Corporation Issue Date: 02/27/1998 Expire Date: 02/28/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications Class Description 0 GENERAL ENGINEERING CONTRACTOR11 * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number CLB2706771 in the of$10,000 with the bonding company http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp?LieNum=746432 1/26/2006 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: AGR# AMOUNT_ City Project No: a5-lq � ) I ry MO# DATE Dates Published: � �14X c�rJ IUL(IC�Py�U1L_r I aw5 DIV IND APP NOTICE Y ❑N ❑ Bid Date & Time: 01l e � �I -Oo pm PROJECT: OD5 1 CY�h ALLV Se I *SUCCESSFUL: 1, 6. 2. TO. 21ehA CQ�4( S _ 7. 3. l O 1!_)� 8. 4. �Q �W2�IUY(U Se,�X_' 9. --- 5. 10. INCOMPLETE BIDS: (Nan-responsive) WHY: CONTRACTOR BACKGROUND CHECK: I ;ia: Yids iztill€'.<u €F)f.<u; Required? Y ❑ (V (ATTACH IF REQUIRED) Affidavit of Nan-Collusion Signed & Notarized? Y N ❑ Information required of bidder page completed? Y 0 N ❑ Type & Amount of Insurance Required: `'I (ATTACH AMOUNTS ARE WECFIED) Contractors License No. 1 l��l�� Type(s) A' Status (liIYCeV CA CtC'IVC No. of days to complete �fw1ork,_ n�n Working � Calendar � Estimated Start Date: 'Rap- arnn 2 Estimated Completion Date: _ * 1 Nam. �� am. _ No: of days it which to execute contract after Notice of ' S -- Award (date City(:lark transmits contracts for execution): Davis-(Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? Y ❑ N No. Addenda _ A_ Signed by Contractor? Y [-IN ❑ BONDS: PERFORMANCE BOND 1'00 % PAYMENT BOND C_C5 _ % CORRECTION REPAIR BOND d_ % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIERS CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): — ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y El N ❑ Labor Code 1777.5 Y 0 N ❑ Labor Code 1776 Y ff N ❑ California Standard Specifications 09Q__:;� EDITION Standard Specifications for Public Works Construction . EDITION DATE: It�IP I(X� _ BY: 0 DEPT: C _✓IDS S OQ/?:/J�c License Detail Page 1 of 2 California Home Thursda ,Janu IN ek.ometo4.�tAVt lt ' ...,._..... a License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 746432 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the [in button to obtain complaint and/or legal action information. . Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 01/26/2006 * * * Business Information BOND BLACKTOP INC P O BOX 616 UNION CITY, CA 94587 Business Phone Number: (510) 441-9981 Entity: Corporation Issue Date: 02/27/1998 Expire Date: 02/28/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications Class Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information CONTRACTOR'S BOND: This license filed Contractor's Bond number CLB2706771 in the of $10,000 with the bonding company littp://www2.cslb.ca.gov/CSLB LIBRARY/License+Detail.asp?LicNum=746432 1/26/2006 License Detail Page 2 of 2 PLATTE RIVER INSURANCE COMPANY. Effective Date: 01/01/2004 Cancellation Date: 02/19/2006 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) ED' DEAN DILLON certified that he/she owns 10 percent or more of the voting stock/equity corporation. A bond of qualifying individual is not required. Effective Date: 02/13/2001 BQI's Bonding History_ * * * Workers Compensation Information This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 571-0010713 Effective Date: 10/01/1997 Expire Date: 10/01/2006 Personnel listed on this license (current or disassociated) are listed on other lice) Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request ©2005 State of California.Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp?LicNum=746432 1/26/2006 "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1 St of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the 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 Besrs Financial Rating of VII or better, and (3) with companies with a Bests 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) Employers 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 $ 1,000,0w 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. 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 7-PAGE 5 10/19/05 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 Or a 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 Contractor's bid. 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 7-PACE 6 10/19/05 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID Min AQQTMA �''T � I y nr.+v A a tr-1,v . / � --I DUE DATE: ll s DINGTO: ���Ojp -��Gf t/ F� rcc✓ ;s ` 3 WTITY COMMODITY ITEM '- ��.1%� �_ /� 7339ba`� /vp7d67Z 888o,Zt9 %4'9� yo 10�1333 76K9032 6665�0 4ZI�G 973 y° ICI 5'3 7z.1D ILV 632 56 �76Z8 3Z �t Ss5�� C ll9C2S" 9s�,:?,3 �97y/ TO 7�L 572 osz °� 53/�ao 57 �197 3� �o FILE No'.044 01/24 '06 12:51 ID:ABD INS.& FIN. FAX:8314767493 _ PAGE 2i 5 ClientM61901 BON BLACK ACORD. CERTIFICATE OF LIABILITY INSURANCE D"YY) 01f24106 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Commercial Lines Unit ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A13D Insurance 8r Financial Services HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 5815 Scotts Valley Drive,suite#100 ALTER THE COVERAGE AFFORDED—THE POLICIES BELOW. SGO1ts'Valley, CA.95066 INSURERSAFFORDINGCOVERAGE NAIL# INSURED INSURER AS Valley Forge Insurance Compan 2050$ Rend Blacktop, Inc. INSURERS: American Cas. Co,of Reading 20427 P.O. City, y, INSURERC: Transportation Insurance Company 20494 Union Ciky, CA 94587 INSURER I, INGUREH E: COVERAGES THE PDLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSR YYPE OF INSURANCE POLICY NUMBER POLI �FECTI POCK RATION LIMITS A GENERAL LIASIUTY 76P2077702038 05106105 05108/06 EACH OCCURRENCE 0,000,000 X COMMERCIAL GENERAL LIABIWTY RAMAGETORENI'EB $300000 _ CLAIMS MADE �OCCUR LED EXP(Any on,PEman) $5 000 TX PDDod:2,00Q PERSONAL 6ADVINJURY 41060000 X XCU Included GENERAL AGGREGATE 62 000 000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-CCMPMP AGG 52060000 POLICY X PRd LOG B AUTOMOBILE LIABILITY 13UA2077702041 05106105 05IQ6I06 COMBINED SINGLE LIMIT X ANY AUTO (Eaaccoe,JI $1.000,000 ALL OWNED AUTOS MODSCHEDULED AUTOS (P-r YINJURY S (Per pehon) X HIREDAUTOS S X NON-OWNED AUTOS BODILY INJURY(Pp is I) PROPERTY DAMAGE S IPEri ald[nt) GARAGE UASIOTY AUTO ONLY-EA ACCIDENT S ANYA0T0 OTHER THAN EA ACC $ AUTO ONLY: AGG S C EXCESS/UMBREL"LIASIUTY CUP2077702055 65106 5 'T0510610E EACH OCCURRENCE $9 000 QQ(1 X OCCUR El CLAIMS MADE AGGREGATE $9 000 000 E Hu DEDUCTIBLES X RETENTION $0 S WORKERS COMPENSATION AND WC STATU- OTry. EMPLOYERS'LIAaILITY ANY PROPRIETOR/PARTNBWEXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMSER EXCLUDE07 E L.DISEASE.EA EMPLOYE 5 11 yza,tle5enE0 under SPEGIALPROVISIONSEBIom EL DISEASE-POLIGY LIMIT S OTHER DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS The City of Palm Springs,Its officers, agents and employees are named as Additional Insured per the attached endorsement farm G 140 331 A 09 1001 with respocts to project: #05.10,2005106 Annual Slurry Seal, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED P0140IES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF.THE ISSUING INSURER WILL ENyKKK)NpxINIVL 'In_ DAYS WRITTEN Procuremant S Contracting NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BVi%MIL KkkxPff=AtW=X 3200 E.Tahqultz Canyon Way alolgsB aq TI+muRxRxtmgLlEMASmci xxx Palm Springs, CA 92262 AeTNORIiEO R EppE-.6EBTw�TIrVE ACORD 21i(2001108) 1 of 2 #87742451114678354 BONDIBLACK T25 9 ACORD CORPORATION 19118 FILE No.044 01i24 '06 12:51 ID:RBD INS.& FIN. FAX:8314767493 PAGE 3i 5 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms 8nd conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 2:i.S(2001M) 2 of 2 #5774245/M678354 FAX:8314767493 PAGE 4i 5 FILE No.044 01/24 '06 12:52 ID:ABD INSA FIN. _. NA G-1(Ed- 1 0 (Ed. 10/D1) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL.GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: The City of Palm Springs, its officers, aggents and employyees are named as Additional Insured per the attached endorsement form G 140 331 A 99 1001 with respects to project: #05-19, 2005/06 Annual Slurry Seal. (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to of the "products-completed operations hazard" include as an insured any person or organization, unless required by the written contract or written including any person or organization shown in the agreement. schedule above, (called additional insured) whom 4. The insurance provided to the additional insured you are required to add as an additional insured on does not apply to "bodily injury," "property this policy under a written contract or written damage," or "personal and advertising injury" agreement; but the written contract or written arising out of an architect's, engineers, or agreement must be: surveyor's rendering of or failure to render any 1. Currently in effect or becoming effective during professional services including: the term of this policy; and a. The preparing, approving, or failing to 2. Executed prior to the "bodily injury," "property prepare or approve maps, shop drawings, damage," or"personal and advertising injury." opinions, reports, surveys, field orders, provided to the additional insured is change orders of drawings and B. The insurance P specifications; and limited as follows: b, Supervisory, or inspection activities 1. That person or organization is an additional performed as part of any related insured solely for liability due to your negligence architectural or engineering activities. and specifically resulting from "your work" for the additional insured which is the subject of the C. As respects the coverage provided under this written contract or written agreement. No endorsement, SECTION IV — COMMERCIAL coverage applies to liability resulting from the GENERAL LIABILITY CONDITIONS are amended sole negligence of the additional insured. as follows: 2. The Limits of insurance applicable to the 1. The following is added to the Duties In The additional insured are those specified in the Event of Occurrence, Offense, Claim or Suit written contract or written agreement or in the Condition, Declarations of this policy, whichever is less. e. An additional insured under this These Limits of Insurance are inclusive of, and endorsement will as soon as practicable: not to addition to, the Limits of Insurance shown in the Declarations. (1) Give written notice of an occurrence or an offense to us which may result in a 3. The coverage provided to the additional insured claim or"suit"under this insurance,- by this endorsement and paragraph f. of the definition of "insured contract" under (2) Tender the defense and indemnity of DEFINITIONS (Section V) do not apply to any claim or "suit" to us for a loss we "bodily injury" or "property damage" arising out cover under this Coverage Part; G-140331-ADO Page 1 of 2 (Ed. 10/01) FILE N6.044 0124 '06 12:52 ID:ABD INS.& FIN. FAX:8314767493 PAGE 5i 5 0-140331-Ag9 (Ed, 10101) (3) Tender the defense and indemnity of added as an additional insured by any claim or "suit" to any other insurer endorsement. which also has insurance for a loss we When this insurance is excess, we will cover under this Coverage Part:and have no duty under Coveragas A or 13 (4) Agree to make available any other to defend the additional insured against insurance which the additional insured any"suit" if any other insurer has a duty has for a loss we cover under this to defend the additional insured against Coverage Part. that "suit" If no other insurer defends, f. We have no duty to defend or indemnify an we will undertake to do so, but we will additional insured under this endorsement be entitled to the se other i urer . until we receive written notice of a claim or rights against all those other insurers. "suit"from the additional insured. When this insurance is excess over 1. Paragraph 4.b. of the Other Insurance Condition other insurance, we will pay only our is deleted and replaced with the following: share of the amount of the loss, if any, that exceeds the sum of: 4. Other Insurance (1) The total amount that all such other b. Excess Insurance insurance would pay for the loss in This insurance is excess over any other the absence of this insurance; and insurance naming the additional insured (2) The total of all deductible and self- as an insured whether primary, excess, insured amounts under all that contingent or on any other basis unless other insurance. a written contract or written agreement We will share the remaining loss, if any, specifically requires that this insurance with be either primary or primary and any other insurance that is not described in this Excess Insurance noncontributing to the additional des insured's own coverage. This insurance provision and was not bought is excess over any other insurance to specifically to apply in excess of the which the additional insured has been Limits of Insurance shown in the Declarations of this Coverage Part. PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. G-140331-A99 Page 2 of 2 (Ed. 10101) Best's Rating Center - Search Results Page 1 Page 1 of 1 a ter View Ratings:Financial Strength Issuer Credit Securities Advanced Search Olher Web Centers. Select One - Search Results page 1 of 1 1 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with Valley Forge Insurance To refine your search, please use our Advanced Search or view our Online Help for more information. Newsearm valley Fcme Insurance View results starting with: A B C D E F G H I J K L M N O P O R S T U V W X Company Information Financial Strength Ratings Issuer Credit Ratings Outlook/ Outlook/ + AMB# '*' Company Name '^' Rating_ Implication Long-Term v Implication I Short-Term •' Dc i 02132 Valley Forge Insurance ComoanV A Negative a Negative US (Property/Casualty-Insurance Company) Note:Financial Strength Ratings as of 0112612006 12:11 PM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated Gi note that Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are FSR ratings. * Denotes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company' strength,operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor Its ability to meet I obligations,including those to policyholders.View our entire notice for complete details. Customer Service I Product Suopad I Member Conte r I Contact Info I Careers About A.M Best I Site Map I Privacy Policy I Security I Terms of Use I Lepal&Licensing Copyright©2006 A.M.Best Company,Inc.All rights reserved, A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U.S A 1-ittp://www3.ambest.com/ratings/RatingsSearch,asp?AltSrc=9 1/26/2006 Best's Rating Center- Search Results Page 1 Page 1 of 1 ar View Ratings Fl—nancialstrencith Issuer Credit Securities Advanced Search Other Web Centers Select One - Search Results page 1 of 1 1 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with American Casualty To refine your search, please use our Advanced Search or view our Online Help for more information. New Search Amerman Casualty View results starting with: A B C D E F G H I J K L M N O P O R S T U V W X Company Information Financial Strength Ratings Issuer Credit Ratings . Outlook/ + Outlook/ �4 I AMB# '* Company Name '•' Rating + Implication *' Long-Term Implication T Short-Term "' Lic , 02127 American Casualty Company of Reatling A - Negative a Negative Us PA (Property/Casualty-Insurance Company) Note: Financial Strength Ratings as of 0112612006 12:11 PM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated Gl $note that Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are FSR ratings. * Denotes Under Review Best's Ratings Visit Best's Rating_Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our Independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company' strength,operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor its ability to meet i obligations,including those to policyholders.View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info I Careens About A.M.Best I site Map I Privacy Policy I Security I Terms of Use I Legal&Licensing Copyright©2006 A M Best Company,Inc.All rights reserved. A M Best Worldwide Headquarters,Ambect Road,Oldwick,New Jersey,08858,Us A. http://www3.ainbest.com/ratiiigs/RatingsSearch.asp?AltSrc=9 1/26/2006 Best's Rating Center- Search Results Page 1 Page 1 of 1 Be r e M 3/ I� — - gh View Ratings Financial Strength Issuer Credit Securities Advanced Search Olher Web Centers: Select One - Search Results page 1 of 1 6 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with Transportation To refine your search, please use our Advanced Search or view our Online Help for more information. New Search Transpertahcn View results starting with: A B C D E F G H I J K L M N O P O R S T U V W X Company Information Financial Strength Ratings Issuer Credit Ratings A ` Outlook/ Outlook/ i *' Ai '+ Company Name *' Rating "r Implication Long-Term *' Implication Short-Term on 57587 Transportation&Railroad Asuur Co Ltd Bet (Property/Casualty-Captive) 74456 Transportation Employers SI Trust Us (Property/Casualty-Captive) _ 02131 Transportation Insurance company A ' Negative a Negative US (Property/Casualty-Insurance Company) 76461 Transportation Liability Ins Co RRG NR-1 Not US (Property/Casualty-Captive) Applicable 57080 Transportation P t C Co Inc CA (Property/Casualty-Captive) 76002 Transportabon Trucking Insurance Co Ltd Bet (Property/Casualty-Captive) Note:Financial Strength Ratings as of 01/26/2006 12:11 PM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated GI note that Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are FSR ratings. * Denotes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company' strength,operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor Its ability to meet i obligations,including those to policyholders.View our entire notice for complete details. Customer Service i Product Support I Member Center I Contact Info i Careers About A.M.Best i Site Map I Pnvacy Policy I SecurityI Terms of Use I Legal&Licensing Copyright©2006 A.M.Best Company,Inc.All dghts reserved. A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U.S.A. littp://www3.ambest.coiTi/ratings/RatingsSearch.asp?AltSrc=9 1/26/2006 STATE OF CALIFORNIA—DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARE 832480000 City of Palm Springs Office of Procurement & Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE §17777.5 HAS BEEN AWARDED TO: 2. Name of General Contractor 3. Contractor's License Number Bond Blacktop, Inc. 746432 4. Mail Address(Street Number of P.O.Box) 5. City P.O.Box 616 Union City 6. Zip Code 7. Telephone Number 94587 5104419981 8 Address or Location of Public Works Site(Include city and/or country) , Palm Springs, CA USA 9. Contractor Project Number 10. Dollar Amount of Contract Award 05-19 $382,424.50 11.Starting Date(Estimated or Actual) 12. Completion Date(Estimated or Actual) MONTH DAY YEAR (USENUMBERS) MONTH DAY YEAR (USENUMBERS) 2/14/2006 4/15/2006 13. Type of Construction(Highway,school, 15. hospital,etc. Annual Slurry Seal NEW CONSTRUCTION ALTERATIONS 16 Classification or Type of Workman(carpenter,plumber,etc.) Road crew 17 Is language included in the Contract Award to effectuate the provisions of Section 1777.5, As required by the Labor Code? .......................................... X YES NO Is language included in the Contract Award to effectuate the provisions of Section 1776, As required by the Labor Code?. ......... .......... X YES NO 18. Signature 19. Title 20, Date Proc& Contracting January 26, 2006 c, r Manager 21. Printed or I ypewNarfle `'-" 22. Telephone Number Bruce R. Johnson 760-322-8373 CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 IN THE CITY OF PALM SPRINGS October 2005 O� PALM S A� U cn RP08 AT to David J. Barakian, P.E., City Engineer Bids Open: November 18, 2005 Dated: October 19, 2005 CITY PROJECT NO. 05-19 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: Marcus L. Fuller Assistant Director of Public Works/ 49 L. �'kf� Assistant City Engineer Civil Engineer C 57271 z * I�( os Approved by: David J. Barakian, P,E. Director of Public Works/City Engineer Civil Engineer C 28931 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 10/19/05 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 II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" Listing of streets Street maps City of Palm Springs Standard Drawings No. 625 Caltrans Standard Plan No. A20A, A2013, A20D and A24A CrafcoT" Polyflex Type 3 Sealant Product Data Sheet 2CI05/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 SPECIAL PROVISIONS 10/19/05 GENERAL CONTENTS-PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART 1 - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 PART 1 CONTENTS 10/19/05 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS 2005/2006 Annual Slurry Seal City Project 05-19 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2005/2006 Annual Slurry Seal, City Project 05-19, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 2:00 P.M. on November 18, 2005, at which time they will be opened and read aloud. The Engineer's Estimate is $400,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt- rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal on various City streets in Sections 25, 30, and 34, and segments of Sunrise Way; traffic striping; and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A through E, inclusive, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price of the total sum of Bid Schedules A through E, inclusive, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class "A" OR "C-12" OR "C-32" Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 NOTICE INVITING BIDS 10/19/05 PAGE 1 N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262; or may be inspected without charge by visiting JP Reprographics' website at www,jpreprographics.com, and accessing the "Public Planroom" page from the "Plan Well Enterprise" website. For assistance accessing the Contract Documents on the JP Reprographics' website, please contact JP Reprographics at (760) 772-9794. Contract Documents can not be purchased at the City, but are available for purchase from JP Reprographics. (b) Complete sets of Contract Documents must be purchased from JP Reprographics, located at 77-734 Country Club Drive, Suite G-2, Palm Desert, CA 92211. Contract Documents may be ordered online at JP Reprographics' "Public Planroom" page from the "Plan Well Enterprise" website. Advanced orders must be placed at JP Reprographics, as Contract Documents are not available immediately on demand. Please contact JP Reprographics by ordering online, or by calling JP Reprographics at (760) 772- 9794, or by submitting a request for Contract Documents by fax to JP Reprographics at (760) 772-9894. Contract Documents may be mailed or delivered by JP Reprographics to Bidders, subject to an additional fee. No refunds will be made for sets of Contract Documents ordered from JP Reprographics. (c) It is the Bidder's responsibility to check for addenda issued by the City on this project through JP Reprographics. A formal Plan Holder's List is available on the JP Reprographics' website, or may be requested by contacting JP Reprographics directly. Addenda issued by the City will be forwarded to all Plan Holders by JP Reprographics. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed iinthe same envelope with the Bid.By Date David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs 2005/2006 ANNUAL SLURRY SISAL CITY PROJECT NO. 05-19 NOTICE INVITING BIDS 10/19/05 PAGE 2 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 INSTRUCTIONS TO 10/19/05 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 INSTRUCTIONS TO 10/19/05 BIDDERS-PAGE 2 a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 INSTRUCTIONS TO 10/19/05 BIDDERS-PAGE 3 expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a sin& 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�lonsive, responsible Bidder refuses or fails to execute the Agreement, the City may 20 5/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 INSTRUCTIONS TO 10/19/05 BIDDERS-PAGE 4 award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 INSTRUCTIONS TO 10/19/05 BIDDERS-PAGE 5 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 200512006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 10/19/05 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: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 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. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 BID AGREEMENT 10/19/05 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: By: (Signature) Title: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05.19 BID AGREEMENT 10/19/05 BID FORMS- PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Various City Streets in Section 25, Township 4 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Installation of hot asphalt-rubber sealant material in required pavement cracks; installation of asphalt concrete in required pavement cracks; and construction of Type II Slurry Seal, including mobilization, traffic control, 'I. removal and replacement of 458,689 SF $ $ reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets (as listed in the Appendix)within Section 25, Township 4 South, Range 4 East. TOTAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) (Price in words) Name of Bidder or Firm 2005/2006 ANNUAL SLURRY SEAL CrrY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Various City Streets in Section 30, Township 4 South, Range 5 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; and construction of Type II Slurry Seal, including mobilization, traffic control, 1. removal and replacement of 652,086 SF $ $ reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets (as listed in the Appendix)within Section 30, 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 2CI05/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Various City Streets in Section 34, Township 3 South, Range 4 East in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; and construction of Type II Slurry Seal, including mobilization, traffic control, 1. removal and replacement of 979,826 SF $ $ reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets (as listed in the Appendix)within Section 34, Township 3 South, Range 4 East. TOTAL OF ALL ITEMS OF BID SCHEDULE C: (Price in figures) (Price in words) Name of Bidder or Firm 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 6 BID SCHEDULE D Schedule of Prices for the Construction of the: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Sunrise Way, from Alejo Road to Vista Chino in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1 Traffic Control --- LS $ $ Removal and replacement of all existing traffic striping (including all non- 2. reflectorized and reflectorized raised --- LS $ $ pavement markers) and pavement markings. Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; and 3. construction of Rubberized Emulsion- 328,356 SF $ $ Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 BID FORMS-PAGE 7 BID SCHEDULE E Schedule of Prices for the Construction of the: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Sunrise Way, from Ramon Road to Alejo Road in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price Traffic Control --- LS Removal and replacement of all existing traffic striping (including all non- 2. reflectorized and reflectorized raised - -- LS $ $ pavement markers) and pavement markings. Installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; and 3. construction of Rubberized Emulsion- 340,560 SF $ $ Aggregate Slurry Seal, REAS (or FLEX SEAL), including mobilization, and all appurtenant work on Sunrise Way from Ramon Road to Alejo Road. 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 UNIT PRICE BID SCHEDULE 10/19/05 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 words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. :3. 4. 'i. 6. 7. fi. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 10/19/05 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 ) I, being first duly sworn, deposes and says that he or she is of the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title Organization Address 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 NON-COLLUSION AFFIDAVIT 10/19/05 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: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 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, othenn/ise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City,and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the oourt. SIGNED AND SEALED,this day of 1200 ._ PRINCIPAL: Check one: individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2005/2006 ANNUAL SLURRY SEAL BID BOND (BID SECURITY FORM) CITY PROJECT 05-19 BID FORMS-PAGE 11 9/25/05 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 Numbers) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of- 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: 2 005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 BIDDER'S GENERAL INFORMATION 110/19/05 BID FORMS-PAGE 12 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: fl. 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. 2006/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 BIDDER'S GENERAL INFORMATION 10/19/05 BID FORMS-PAGE 13 I I AGREEMENT' THIS AGREEMENT made this _ day of 200_, by and between the City of Palm Springs, a charter city, organized and existing in the County of j Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of rubberized emulsion-aggregate slurry seal (REAS) or FLEX SEAL; and construction of Type II Slurry Seal on various City streets in Sections 25, 30, and 34, and segments of Sunrise Way; traffic striping; and all appurtenant work. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss ;suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. 2006/2006 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 05-19 AGREEMENT AND BONDS- PAGE 1 10/19/05 ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers _ to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not aittached 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. 2005/2006 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 05-19 AGREEMENT AND BONDS-PAGE 2 10/19/05 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: • CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL: By Minute Order No. City Clerk Date APPROVED AS TO FORM: Agreement No. By City Attorney Date CONTENTS APPROVED: By City Engineer Date By City Manager Elate 2005/2006 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.05-19 AGREEMENT AND BONDS-PAGE 3 I0/19/05 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant • Treasurer,or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: By: By: Signature(notarized) Signature(notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of ❑ County of ❑ss 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 Re/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: .I 2005/2006 ANNUAL SLURRY SEAL ,CITY PROJECT NO.05-19 AGREEMENT FORM •I 10/19/05 AGREEMENT AND BONDS-PAGE 4 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 WORKER'S COMPENSATION CERTIFICATE 10/19/05 AGREEMENT AND BONDS-PAGE 5 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and _ as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the"City," in the sum of: _ dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this_day of 1200 ._ CONTRACTOR: Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2005/2006 ANNUAL SLURRY SEAL PERFORMANCE BOND CITY PROJECT NO. 05-19 AGREEMENT AND BONDS- PAGE 6 10/19/05 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the"City," in the sum of: _ dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State oP California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 200_. 2005/2006 ANNUAL SLURRY SEAL PAYMENT BOND CITY PROJECT NO. 05-19 AGREEMENT AND BONDS-PAGE 7 '10119105 CONTRACTOR: Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title; By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2005/2008 ANNUAL SLURRY SEAL PAYMENT BOND CITY PROJECT NO. 05-19 AGREEMENT AND BONDS-PAGE 8 10/19/05 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORK PERFORMED AND LOCATION LIMITS OF LIABILITY IN THOUSANDS(xl000) cod TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: ❑ EXPLOSION ANDCOLLAPSE BODILY INJURY $ $ ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE $ $ ❑ PRODUCTWOOMPLETED OPERATIONS or ❑ CON'r ACTUALINSURANCE ❑ BROAD FORM PROPERTY DAMAGE ❑ INOEPENDENTCONTRACTORS BODILY INJURY AND PROPERTY ❑ PERSONALINJURY DAMAGECOMBINED $ $ PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Including: EACHACCIDENT ❑ OWNED PROPERTYDAMAGE $ ❑ HIRED Or❑ NON-OWNED BODILY INJURY ❑ MOTORCARRIERACT AND PROPERTY DAMAGECOMBINED $ X BODIL EXCESS LIABILITY Y INJURY CESANDPROPERTY Including: DAMAGECOMBINED $ ❑ EMPLOYER'S LIABILITY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY EL $ (EACH Including: ACCIDENT) ❑ LONG SHOREMEN'S AND HARBORWORKERS OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS The u &mIgned certifies that he or she Is the representative of the above-named insurance companies,that he or she has the authority to execute and issue this certificate to Certificate Holder,and accordingly.does hereby certify on behalf of said insurance companies that policies of Insurance listed above have been Issued to the insured named above and are in force at this time. Notwithstanding any requirement,term,or condition of any contract or other document with respect to which this certficate may be Issued or may pertain,the Insurance afforded by the policies described herein is subject to at the terms,exclusions,and conditions of such policies. Copies of the policies shown will be furnished to the Certificate Holder upon request. This Certificate does not amend,extend,or alter the coverage afforded by the policies listed. Cancellation:Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice to the below- named certificate holder. NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY 200Ei/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 10/19/05 CERTIFICATE OF INSURANCE AGREEMENT AND BONDS-PAGES CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 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 2005/2006 ANNUAL SLURRY SEAL PART II -- SPECIAL PROVISIONS CITY PROJECT NO. 06-19 GENERAL CONTENTS-PAGE 1 10/19/05 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 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"), 2003 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. T-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"), 2003 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 ether 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 Street Maintenance Manager, City of Palm Springs, Public Works and Engineering Department, 3200 E. 2005/2006 ANNUAL SLURRY SEAL TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 10/19/05 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) 2005/2006 ANNUAL SLURRY SEAL TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 10/19/05 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 - 2005/2006 ANNUAL SLURRY SEAL TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 10/119/05 •I 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 Bid 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: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. 2005/2006 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 2 -PAGE 1 10/19/05 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: 2005/2006 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS- SECTION 2- PAGE 2 10/19/05 •I .i 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 2005/2006 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 2-PAGE 3 10/19/05 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 Engineer will maintain a survey location check on the monument without cost to the Contractor. The Contractor is advised that any resetting of monuments will be performed by the City's survey crew. 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, and the City's survey crew will reset the 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. 2005/2006 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 2- PAGE 4 10/19/06 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. 2.11 SUBMITTALS The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard Specifications: On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre- construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. - END OF SECTION - 2005/2006 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 2-PAGE 5 1 O/19/05 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 2003 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 fumished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made 2006/2006 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS- SECTION 3- PAGE 1 10/19/05 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 costs 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 Engineer's Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit Price. 2005/2006 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 3- PAGE 2 10/19/05 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(late 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 - 2005/2006 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 3-PAGE 3 10/19/05 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 orders) 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 vendors) 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 - 2005/2006 ANNUAL SLURRY SEAL CONTROL OF MATERIALS CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 4-PAGE 1 10/19/05 SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "in accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications: 2005/2006 ANNUAL SLURRY SEAL UTILITIES CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 5- PAGE 1 10/19/05 "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 - 2005/2006 ANNUAL SLURRY SEAL UTILITIES CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 5- PAGE 2 10/19/05 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 4i-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 Pete Agres, Street Maintenance Manager (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 Kasso (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 PROSECUTION, PROGRESS, 2005/2006 ANNUAL SLURRY SEAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 6-PAGE 1 10/19/05 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, 2005/2006 ANNUAL SLURRY SEAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 05-19 SPECIAL PROVISIONS- SECTION 6-PAGE 2 10/19/05 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. 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 7- PAGE 1 10/19/05 7-4 Travel and Subsistence Payments. - As required by Section 1773.8 of the California Labor 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. 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 7- PAGE 2 10/19/06 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 clays, if the amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond Within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. if the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. '7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1. A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. 2. A certified copy of ail payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 7-PAGE 3 10/19/05 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 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 05-19 SPECIAL PROVISIONS- SECTION 7-PAGE 4 10/19/05 "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1 st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the 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 Bests 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. 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 7-PAGE 5 10/19/05 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 Or a 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 Contractor's bid. 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION 7- PAGE 6 10/19/05 Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. - END OF SECTION - 2005/2006 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CCTY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 7-PAGE 7 10/19/05 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - 2005/2006 ANNUAL SLURRY SEAL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 05-19 SPECIAL PROVISIONS-SECTION S-PAGE 1 10/19/05 SECTION 9 - MEASUREMENT AND PAYMENT 1�-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 itern 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 2005/2006 ANNUAL SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 9-PAGE 1 10/19/05 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 - 2005/2006 ANNUAL SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO.05-19 SPECIAL PROVISIONS-SECTION 9- PAGE 2 10/19/05 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Dust Control And Site Cleanup 'Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall be responsible for project site maintenance as per section 7-8 of the Standard Specifications. The use of water resulting in mud on public streets will not be permitted as a substitute For sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. (Payment for dust control and site clean up shall tie considered as included in the various bid items of work, and no additional payment will be made therefore. '10-1.2 Flow and Acceptance Of Water - It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that it has investigated the risk arising from :such waters and has prepared its bid accordingly, and that the Contractor in submitting a bid assumes all said risk. '10-1.3 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. •10-1.4 Location and Progression of Work - The Work is located on those City streets within Section 25, Township 4 South, Range 4 East; Section 30, Township 4 South, Range 5 East; Section 34, Township 3 South, Range 4 East; and those segments of Sunrise Way listed in the Appendix. The Contractor shall progress with the work as necessary to complete the Work as required by these specifications. '10-1.5 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 and clean all pavement cracks greater than ''%" in width. 2. Install crackfilling and joint sealant material within all pavement cracks greater than '/" but less than 1'/2' in width. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 1 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. 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. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS- SECTION 10- PAGE 2 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 (luring 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. 010-2.7 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. - For the work indicated on Bid Schedules A through C, payment for traffic control shall be considered as included in the unit bid item price per square foot for Type 11 slurry seal, and no additional compensation will be allowed therefore. The contract price paid per lump sum price for Bid Item 1 indicated on Bid Schedules D ,and E shall include full compensation for providing all traffic control and appurtenant work indicated in these specifications. 10-3 CRACKFILLING &JOINT SEALING 10-3.1 DESCRIPTION. —The work shall consist of the preparation of cracks and placing of hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than '/" in width; and the preparation of cracks and placing of asphalt concrete pavement material in all transverse, longitudinal, block and/or reflective pavement cracks greater than 1'/z' in width. 110-3.2 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 ''/a", but less than 1%2" in width, shall be CrafcoTM PolyFlex Type 3 sealant or approved equal and shall conform to the following requirements: I. Asphalt shall be AR 4000 viscosity grade conforming to the provisions of Section 203 of the Standard Specifications. 2CI05/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 3 2. Sealant material when heated in accordance with ASTM D5078 shall have the following characteristics: Test Limits Cone Penetration (ASTM D5329)............................................ 15—45 Resilience (ASTM D5329)..................................................... 30% Min. Softening Point (ASTM D36)..............................................2100 F Min. Ductility, 770 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. 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. 4. The material will be packaged in approximately 60 lb. boxes with a polyethylene liner. The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be covered with a weather resistant covering. 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of compliance with these specifications from the manufacturer. The Contractor shall submit the manufacturer's material certification for the asphalt sealant to the Engineer for review and approval at least fourteen (14) days prior to commencing any work. Crack sealant material for pavement cracks greater than 1'/2" in width shall be type E- AR4000 asphalt concrete per 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 manufacture. The joint and crack routing and cleaning machine shall be CrafcoTM Model 200 or approved equal of current manufacture. The joint cleaner attachment shall be CrafcoTM Model 110 or approved equal of current manufacture. 10-3.5 Preparation of Cracks. - All cracks to be sealed ('/" or greater in width) 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. All cracks and joints shall be treated with an approved weed killer at least seven (7) days before sealant application if weeds or other 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 4 plant material are present in the pavement cracks. The Contractor shall apply weed killer tic) all plant material prior to their removal, according to the manufacturer's specifications. 110-3.6 Construction. - Immediately after the preparation and drying of the crack, the asphalt rubber sealant material shall be applied. The 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 iimmediately 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. 110-3.7 Measurement and Payment. — Payment of preparation of cracks and application of weed killer and asphalt-rubber sealant or asphalt concrete pavement shall be considered as included in the unit bid item price per square foot for Type II or rubberized emulsion-aggregate 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. 110-4 Asphalt Concrete Grinding 110-4.1 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. 110-4.2 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10d19/05 SPECIAL PROVISIONS—SECTION 10—PAGE 5 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. 10-5 TYPE 11 SLURRY SEAL 10-5.1 Description -The slurry seal work shall consist of the application of Type 11 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. 10-5.2 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 11. Care should be exercised to prevent segregation of aggregate in storage and handling. If segregation occurs, the material shall be worked prior to mixing in a manner that will minimize segregation. Emulsified asphalt shall be cationic type, Grade CQS-1h conforming to the requirements of Section 203-3.1 and 203-5.2 of the Standard Specifications. Latex shall be added to the emulsified asphalt. Latex shall be Ultrapave 65VC as manufactured by Textile Rubber and Chemical Co., Richwood, Washington, (800) 887- 7718 or approval equal. Latex shall be added to the emulsified asphalt at the plant at the rate of 2 1/2 parts latex to 100 parts emulsified asphalt by volume. Latex mixed in the emulsified asphalt shall be kept in the suspended state by agitating mixer every 3 days. 10-5.3 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. 10-5.3A 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 2005/2006 ANNUAL SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 05-19 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 6 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 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 slung shall be provided. Proportioning devices shall be calibrated prior to placing slurry seal. 110-5.3B 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. 110-5.3C 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. 110-5.3D 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. 110-5.4 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 110-5.5 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. 110-5.6 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. 2005/2006 ANNUAL SLURRY SEAL CI rY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 7 No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to the application of slurry seal. The application of slurry shall be scheduled to commence after 7:00 A.M. and shall be completed by 2:00 P.M. No slurry shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees Farenheit. The 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. 10-5.7 Rate Of Application -The rate of application for Type II Slurry for each pass shall average 15 pounds per square yard; provided, that it shall be applied at the rate of not less than 13 pounds nor more than 17 pounds per square yard. 10-5.8 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. 10-5.9 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. 2005/2006 ANNUAL SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 05-19 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 8 110-5.10 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. 110-5.11 Removal and Resealing - Any slurry seal application that has been rejected Shall be removed by cold planing to the original pavement. A new slurry seal application shall then be placed on the pavement. Any placement of slurry seal that has been rejected shall be removed and replaced at the Contractor's expense. 110-5.12 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. 110-5.13 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, 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. 110-6 RUBBERIZED EMULSION -AGGREGATE SLURRY SEAL(REAS) 110-6.1 Description: The work shall consist of formulating a mix design, cleaning pavement surfaces, mixing and applying a crumb rubber asphalt slung-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 E300-3.2.8 and 203-5.4 of the Standard Specifications. The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface. '10-6.2 Materials. Rubberized Emulsion-Aggregate Slurry (REAS) shall consist of [Rubberized Polymer Modified Emulsion (RPME) and aggregate. 10-6.2.1 Rubberized Polymer Emulsion. RPME_ shall be a quick set type of emulsion, and shall contain asphalt, polymer modifier and crumb rubber. 010-6.2.2 Polymer Modifier. Polymer Modifier shall be latex which is added at a minimum of two percent by weight of the RPME. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10- PAGE 9 10-6.2.3 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. 10-6.2.4 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 as shown. TABLE 600-3.2.4 (C) COMPOSITION OF REAS RPME % of Residual RPME Kg of Dry Pounds of Dry Aggregate Type Aggregate Dry o O ate ry Aggregate per Aggregate per Aggregate g L of RPME Gallon of RPME Weight Weight Fine Slurry 60 - 80 30 -40 1.27— 1.70 10.6— 14.2 Aggre ate Type I Slurry 50 - 75 25 - 38 1.35—2.0 11.3— 17.0 Aggregate Typ,elLSlurry 28-.35. . 14 24730 10-6.2.5 Aggregate. The aggregate shall consist of sound and durable natural or manufactured sand, crushed stone or crushed stone and rock dust, of a combination thereof, free of deleterious amounts of organic material, mica, and other substances not suitable for the purpose. Smooth-textured sand of less than 1.25 percent water absorption, as tested by ASTM C128, shall not exceed 50 percent of the total combined aggregate. Aggregate retained on the #50 sieve shall be 100% crushed. The combined aggregate shall meet the requirements of Table 203.5.2(B) prior to any chemical additions, and shall conform to the gradation shown on Table 600-3.2.5(A), Type II, when tested in accordance with ASTM C136. TABLE 600-3.2.5 (A) GRADATION OF AGGREGATES FINE SLURRY TYPE I SLURRY : .,TYPF,,Il 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 65790, 2005/2006 ANNUAL SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 05-19 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 10 1.18 mm No.16 75-92 65-90 45770_:,: 600 mm No.30 50-75 40-60 30750 3,00 mm No.50 35-50 25-42 .;.' '18-36 ;. 150 mm No.100 15-30 15-30 10=24: 75 mm No.200 10-20 10-20 10-6.3 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. 10-6.3.1 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) hereon. TABLE 600-3.4(A) RPME APPLICATION RATES Aggregate Type Application Rate m /L of Application Rate fl /gallon of RPME RPME Fine Slurry Aggregate .86 - .98 35—40 Type I Slurry Aggregate .74 - .86 30— 35 Type II Stur.T Aggregate .. 10-6.4 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. 10-6.5 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 10-6.6 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 slung 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. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 11 10-6.7 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 slung seal construction. 10-6.8 Cleanup - During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such items. The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by Engineer. The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. 10-6.9 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 slung seal that has been rejected shall be removed and replaced at the Contractor's expense. 10-6.10 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. 10-6.11 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, posting of notices, masking and cleaning utility covers, and all other incidental work. 10-7 MISCELLANEOUS APPURTENANT WORK 10-7.1 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. 10-7.2 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 slurry 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. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 12 10-8 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS 10-8.1 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 10-7.2 '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 slung 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 slung application. 10-8.2 Pavement Markings - Pavement markings shall conform to the provisions in Section 210-1.6.1 "General', 210-1.6.2 "Thermoplastic Paint, State Specifications" and 2'1O-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. T"emporary 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 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 13 considered as included in the lump sum price bid for "Traffic Control", and no additional compensation will be made therefore. The Contractor shall use Caltrans metric stencils for all legends and arrows on this project, conforming to the latest Bureau of Public Roads standards. The Contractor shall contact the Engineer, 72 hours before any legends are painted on city streets to ensure that the patterns the Contractor is using match the patterns used by the City of Palm Springs. No other pattern will be allowed except patterns that match patterns used by the City of Palm Springs. 10-8.3 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. 10-8.4 Applying Pavement Markings - Traffic legends shall be applied in accordance with section 310-5.6 of the Standard Specifications. 10-8.5 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, "Pavement Markers," and shall be removed and placed in accordance with Section 312, "Pavement Marker Placement and Removal," of the Standard Specifications and these Special Provisions. 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. Existing non-reflective pavement markers shall be washed in accordance with section 10- 4.2 "Protection of raised pavement markers" of these special provisions. 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS - SECTION 10- PAGE 14 The Contractor shall install all raised pavement markers and reflectors, not less than 14 days after completion of slurry seal as the job proceeds along, and shall rabbit track the proposed project as the job proceeds before completion of work each day, and not at total completion of slurry seal. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than 1/2-inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 10-8.6 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal. Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a lime 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. 10-8.7 Measurement and Payment — The contract prices paid per square foot for the construction of Type II slurry, as indicated on Bid Schedules A through C, 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 and pavement markings, 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. The contract price paid per lump sum price for Bid Item 2 indicated on Bid Schedules D and E 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 and pavement markings, 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 - I 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 CONSTRUCTION DETAILS 10/19/05 SPECIAL PROVISIONS-SECTION 10-PAGE 15 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III-APPENDIX 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO. 05-19 Listing of Streets Street Maps City of Palm Springs Standard Drawing No. 625 Cal Trans Standard Plan No. A20A, A2013, A20C, A20D and A24A CrafcoTm PolyNex Type 3 Sealant Product Data Sheet 2005/2006 ANNUAL SLURRY SEAL CITY PROJECT NO.05-19 CONTENTS 10/'19/05 PART III CITY PROJECT 05-19 ANNUAL SLURRY SEAL PROJECT SECTION 25 STREET LISTING SEGMENT ID DESCRIPTION FROM TO FT2 2544020 BARONA RD JACARANDA RD S END 25731 2544025 JACARANDA RD BARONA RD E END 42597 2544030 CONCHO LN JACARANDA RD N END 7956 2544035 ANZA TR 170' E OF BARONA RD ARABY DR 21296 2544040 ARABY CR ARABY DR E END 15516 2544045 MORONGO TR ARABY DR 660'W ARABY DR 23760 2544050 ESCOBA DR EL CIELO RD PALM CANYON DR 85977 2544065 ARABY DR NORTH SIDE OF PALM CANYON WASH S END 50 600 2544070 SMOKEWOOD AV ARABY DR W END 19188 2544075 CHOLLA PL ARABY DR BISNAGA AV 5103 2544080 RIM RD BISNAGA AV 1080'E BISNAGA 14040 2544085 BISNAGA AV N END S END 9720 2544090 E PALM CANYON DR FRONTAGE BARONA RD SMOKETREE LN 43119 2544095 E PALM CANYON DR FRONTAGE SMOKETREE LN 788'W SMOKETREE 22518 2544100 E PALM CANYON DR FRONTAGE 788'W SMOKETREE W END 17100 2544105 E PALM CANYON DR FRONTAGE BARONA RD E END CAROB CR 18207 2544110 CAROB CR E PALM CANYON D E PALM CANYON D 36261 458689 fillom.............a .......... v a IL .4 am m MR-AfTvUTm-" N ;4 .... ....... .... .. .. .... .. . .. . CITY PROJECT 05-19 ANNUAL SLURRY SEAL PROJECT SECTION 30 STREET LISTING SEGMENT ID DESCRIPTION FROM TO FT2 3045005 ESCOBA DR EL CIELO RD E END 35352 3045015 GENE AUTRY TR FRONTAGE 20'N EAGLE WY PAR DR 17712 3045025 SEMINOLE RD CHEROKEE WY 220'E CHEROKEE 6777 3045030 LINDEN WY MATTHEW DR E PALM CANYON D 25974 3045035 LINDEN WY E PALM CANYON D SEVEN LAKES DR 43749 3045040 CHEROKEE WY SEVEN LAKES DR E PALM CANYON D 58500 3045045 CHEROKEE WY E PALM CANYON D MATTHEW DR 41427 3045050 MATTHEW DR CHEROKEE WY 915'E LINDEN WY 64998 3045055 MATTHEW DR 915'E LINDEN WY E PALM CANYON D 31023 3045060 SEVEN LAKES DR GENE AUTRY TR CHEROKEE WY 70596 3045065 SEVEN LAKES DR CHEROKEE WY W END 10611 3045070 WAVERLY DR BROADMOOR DR GENE AUTRY TR 27126 3045075 BIRDIE WY WAVERLY DR EAGLE WY 57888 3045080 BIRDIE WY EAGLE WY PAR DR 32130 3045085 PAR DR BIRDIE WY GENE AUTRY TR F 18261 3045090 DIVOT LN PAR DR EAGLE WY 30447 3045095 EAGLE WY BIRDIE WY GENE AUTRY TR 17721 3045100 E PALM CANYON DR FRONTAGE E PALM CANYON D CHEROKEE WY 21150 3045105 E PALM CANYON DR FRONTAGE CHEROKEE WY LINDEN WY 21087 3045110 E PALM CANYON DR FRONTAGE LINDEN WY E END 19557 652086 I ESC0f9/� 11 R, f r / DIK SOUTM••LT SEVEN LAKES w Iv Of :;.,COUNTRY CLUB 0 z L// • ... E . J VI W IR:B:fLGF C wl E y n. O - 5 E • Y Y i V • Y L4i 1_J WFSTLIKE UKE F P P � - .............::::..... E _ 4:::::' u - l W DESERT ...... OCSfPT LIRE'e::.i;.;.y ::..:..::'1$IIYVL"iii::?:;:: x Y LAKE!C11 SEVEN LAK93KIV VIA L• Am TA t aT YPIVrTF DIVE I A Ill N K ►ALN WlST CIRCLE MdITE f•!T It C [ 3 L D D J + •[S� + CANYON f I • t •:• lAMw DR. F ! C•NTOA. VIA /\ a NIDALSC �ENLY DRIVE � � a •o HORIZON MOBILE a - W ![NI�_L W1,A- V E j 5 oA\ A [�.i ! D N D- T / [ I x SA G- aATURN MRN �/ T U 4 TT W 1 O- RIGEL T s n F - MERCURY `I1 O - YAM �,•.r �I�`Illlllnuglhllu p1� - OOM rnp/�j///MI�l1 •������I I dY//lfhfryA \Nd��`11 Iu1gIP%I�rrrlrlu�U`r J - SUN L - NEPTUNE y-COVE SAFARI FARM f � r`�ll\IA I- SAFARI PAR K OIL nrn E- SANTA AM• S- SANTA MARIA •- SANTA MONICA S- C~i:on. 11- SAN!IMCON T- CAMARILLO A- SANTA►AUL.A ' S- DEL NMI q- "W"IT OR ' II- LMUMA ON. IE- MLSM OF. q- MLI _ I•- COSTA MEM W. � i CITY PROJECT 05-19 ANNUAL SLURRY SEAL PROJECT SECTION 34 STREET LISTING SEGMENT ID DESCRIPTION FROM TO FT2 3434005 TRAMVIEW RD GRANADA AV W END 70250 3434010 GRANADA AV TRAMVIEW RD LAS VEGAS RD 45693 3434012 FRONTAGE RD COROZON AV TRAMVIEW RD 19197 3434015 ELDORADO BL LAS VEGAS RD COROZON AV 19359 3434020 ELDORADO BL COROZON AV TRAMVIEW RD 18720 3434025 INDIAN CANYON FR W TRAMVIEW RD COROZON AV 18720 3434035 COROZON AV INDIAN CANYON D PALM VISTA DR 33120 3434040 PALM VISTA DR COROZON AV GRANADAAV 24867 3434045 PALM VISTA DR GRANADA AV COROZON AV 22725 3434050 BONAIR DR COROZON AV GRANADA AV 23013 3434055 BONAIR DR GRANADA AV COROZON AV 24867 3434060 SUN VIEW AV COROZON AV GRANADA AV 39231 3434065 SUN VIEW AV GRANADA AV COROZON AV 35901 3434070 AVENIDA CERCA COROZON AV GRANADA AV 35874 3434075 AVENIDA CERCA GRANADA AV COROZON AV 39105 3434080 COROZON AV PALM VISTA DR SUN VIEW AV 6849 3434085 LAS VEGAS RD INDIAN CANYON D EASTGATE RD 98307 3434090 LAS VEGAS RD EASTGATE RD VIDEO RD 38880 3434095 JUAN CR GATEWAY DR S END 7965 3434100 JUANITA CR GATEWAY DR S END 8676 3434105 ASHBY CR GATEWAY DR S END 11295 3434110 GLADYS CR GATEWAY DR S END 11907 3434115 EASTGATE RD LAS VEGAS RD S END 28080 3434125 GATEWAY DR 110'E EASTGATE PAMELA DR 63180 3434130 GATEWAY DR PAMELA DR STATE HY 111 24480 3434135 PAMELA DR GATEWAY DR N END 3618 3434140 VIDEO RD GATEWAY DR N END 13086 3434145 LAWRENCE CR LAS VEGAS RD N END 3357 3434150 HOWARD CR LAS VEGAS RD N END 3780 3434155 ALBERTO CR LAS VEGAS RD N END 3492 3434160 JIMINEZ CR LAS VEGAS RD N END 3456 3434170 RADIO RD INDIAN CANYON D 135'W ANZA RD 48258 3434180 RADIO RD 465'W ANZA RD MACCARTHY RD 26217 3434185 MACCARTHY RD RADIO RD SAN RAFAEL RD 40572 3434190 ANZA RD RADIO RD DEL SOL RD 12123 3434195 ANZA RD DEL SOL RD SEND 3411 3434200 DEL SOL RD ANZA RD I OASIS RD 15093 3434205 DEL SOL RD OASIS RD RADIO RD 7857 3434210 OASIS RD DEL SOL RD INDIAN CANYON D 25245 979826 -I/ I 1.4EL• UP vIDEC RD 14..ERCE CIRCLE YI'r A .'!� y iIIRN nPW1110 CIRCLE R�RERTC CIRCLE jJ LCJ � .. tr .II IIREE CIRCLE LI....! a° +0. 3` x MAC CA"Eff CIR I I I I I �� 11 ■ II RQpt it II o 11 3 r II y EU R}DO RDDLSY RD :I1 NI 7EE - i , n NIL' EI I I �. __ .. •�"L� ..._.•._1Ng1W �INFNVt CITY PROJECT 05-19 ANNUAL SLURRY SEAL PROJECT SUNRISE WAY LISTING SEGMENT ID DESCRIPTION FROM TO FT2 E*1144035 SUNRISE WY ALEJO RD I VISTA CHINO I 328356 Bid Schedule D *1444005 SUNRISE WY RAMON RD I ALEJO RD 1340560jBid Schedule E 668916 * - Indicates these street segments shall receive installation of rubberized emulsion aggregate slurry seal (REAS) or FLEX SEAL. 1 a Imf 1 a 1 1 t 1 1 1 1`ll two � U rYp It .NITr •l\•i\= u R rY R i i LO i $ CO � Y\MY• pY D L YL ❑. 3 SUMSUSE WAY N C (D R. xla [ YITaNIN{fON F F011.VrLV Cr• {� unYlxo cr o er. N,��yyp� �y2 � - ! �CyI1N r TT A QSL�RTCY I I �� I• I � N. LL s as a .� C OCD rL r.: [ CD C rn K I 0 • N :i nt "a 3 n . NO. REVISIONS APPROVED DATE STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE NEAREST THE B.C.R. W I �� $ 12N CURB RAMP BCR SEE DWG. 212 FACE OF CURB I STREET CENTERLINE 4' 81 12" 0 - NON - RAMPED FACE OF CURB STREET CENTERLINE NOTE: ALL STENCILS TO BE CALTRANS METRIC: - THROUGH ARROWS TYPE I - LEFT/RIGHT ARROWS TYPE IV - DROP ARROWS TYPE VI CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 28931 CITY ENGINEER R.C.E. STOP BAR AND LEGEND DETAIL DRAWN BY: G.F.F. FILE N0. STANDARDS CHECKED BY: M.LF. DWG. NO. 625 I CENTERLINES LANELINES NO PASSING ZONES—ONE DIRECTION DETAIL I Iz uxE 1[GHwAYs1 DETAIL E INOLTLANE HIGHWAYS) Is am,rr nW ;, ,y„o; r DETAIL IS u 5J6 m 5.1e m l+ O S.le m �7,10�[m -1( pl I+ S.W m p 5.1e m N nc/:rt<u cl [xclm� o— R'1 11r'1 IT (Ir'1 Ir'1 T l i5_—® ® y a•1 ui•1 a•1 uT•1 1 RO'1 f� 1® ai•1 1® la'I (®�<9't DETAIL 2 -f- auir I. zoDOA � DETAIL 9 �� Yw— "" Y . ue� I+n•1 DETAIL 16 a m: ' u 9 m mWe9la.rmowa�Wm Rrn Hein spswnmNrnvwmp'�_ m 21 Ii•1 Ilr•1 0•) a a'p y a z v1 ni'1 Iri a :) ue•1 y® ® Tsmm u', NO PASSING ZONES - TWO DIRECTIONS DETAIL 4 DETAIL 10 }-� DETAIL 21 I�6 m 1 ++ ++ 11B'1 ++ 91 N + Ue'1 +9 M 121'Im 121'1 P'SS mm f< IB'1 Co., 116'1 IA, In'1 12"1 1 1S y lot m9 nfiv leg leg N y® ® 3) I0 000 I I ® y11 000 1 1I 000 ° DETAIL 17 +r F-L22 m 1+'1-ry 1<- -ry l-1.22 m 1A) I~ N6+m Q DETAIL 5 DETAIL II (+e" DETAIL 22 N + Ca +( ++ ++ i5 mm 3.66 m 1O.9a m ].64 m 3.66 m 10.9B m 3.66 m �� Ip'1 Ip'1 1169 <p'1 (p'1 0 S-]2 T]S m �� ll2'I 136'1 112'1 y (129 O6'1 12"1 0 -I 1-1.22 m 1+9 DETAIL 6 DETAIL 12 Yf r 146+m 1+6+m DETAIL 18 y® ® "ISO IInC MAY) low y��® 11e9 65+ 66 JI6p6 1 f75 13"Imm IQ•) CIE') e9 321 b.6 =SPOClEC Z T DETAIL 23 An N DETAIL 7 DETAIL 13 DETAIL 19 �� 12+•1 Iz+'1 5)mm N 1i.69m 111m ®®® ®®®®®®®®®® I+e'1 19p'1 116+m + '66m 19m d m 6 m 5.+ m I+e'I a a a Goo IS 00®00®- Q 112'1 I Ip9 y 11e9 1 CZ., I(IT) Sd9 m m + m l5 mm y ��m pq ® ®9®® ® Ol O O O O DI f uev (12.1 CIV) rn'r w� -4 {-1.z2 m u•1 -<I {-.22 m I+o ® ®�t LEGEND r NOTE DETAIL N t� a Oatcil 3 d.I.Tatl 11A,m °, ° °-{ Olreotloa of Travel Z 11+1'1 rill m rd2 m 1+.6+m N.6+'1 m 12+'1 12+a 121 50 mm YABaFAS 16+6e9m'. up'1 peg O TYPE A wits Non-r.fl¢tive ne'1 DETAIL 20 0 TYPE AT Yellow Non-reflective T 20 0 IS 0 000 ® 0 000 al 1+11l1m ® TYPE E Rea-Gear R•trxeflectly. -<I M-122 m U'1 H m .66 m P5 mm ® TYPE D Teo-ray Yellow R.trxefCo,fI. a (A'1 It2'1 IIT, 1p•i 0 TYPE Gone-.,CNor Rehareflectiv. ®®0 Is® ® ® TYPE H Om-way Yellow R•trxafl•ctive MARKER DETAILS LQ.t L22 m 1+9+1 I— E mm-20 mm 100 mm (+')White 10.63�'-O.eo�-y O'-1J3't � b0 mm p111 Yellow TYPICAL LANE LINE DELINEATION IN ADVANCE OF EXIT RAMP 0 mm-45 m p mm-K mmj b mm99 mm� OETAL 14 OETAA 1+ DETAIL N STATE OF[Af6geNA CO.0i"-O.li'i (0.+0`-O.iS"1 CO. + 9 m + 9 439111 OEPARSTATE OF TRAFO11LA ATbN OG =+ = PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS —► y y mue 51aMxa Plain for Colufruafim of Locd 5fr•.h and Roatla" contain.nits In two aY[tem[of meaeorem.Oh htwrrmiioM SYst[m of units 61 x"m.fr10`I Coo Wto States TYPE A h AY TYPE C S D TYPE G A H c srammtl N.avn...to.n mane Pxaatlwae.0.111e m•asreww lt[.rx•aud In tn. iAI TA I 0 TAI iAI X/ tea s%[f.me we not MC.RmIIy 7T or Intw-CmmiN.Sae tM YxevxE'of tM O.a km 0.8 km 90 m M91mD o Of 1M gCGCINIOM1 R<trw.fi.&[y.Face 1%a M0.1 Il/[ MIL1 1IOO'1 NO SCALE A20A LEFT EDGELINES LEFT EDGELINES MEDIAN ISLANDS LEGEND 17nPOSTll LUT DETAIL 24 `DIVIDED HGHWAY61 - d)IVIDEO HICRwars) 50 mm I DETAIL 27 75 I DETAIL 28 IMaRRERs n irr I �,--....._e.,-..�._...--,...,,,1u'I �- .o.raE reraw Han-r eraasma / .� _. r.::ymr Edge TTTTTT r50 m 0.62 m 75 mm 13"1 ®TYPE O'Two-way Yell.. Rotrareflective Pz�zru[°uvu[rmaun ° [ Su Edge of traa,I.d way �12'•11° '^ ®TYPE H One-way Yellow fletrarefleatly. ® July 1 2002 DETAIL 25 Edq qt irawelee wayIN--fs0 L �- f Olrecil0n of 11-1 y 14 m rn ae..e-5ve°vm oeiE lTs10.. N H z m -L MEDIAN ISLANDS ,a '•r•a,�ur�a* ® Ear qe o'trowelecl way®- n^I xs{ RIGHT EDGELINES mnmr,:m.nve„e me rowralnwa:'kwemwhwwmma' mm DETAIL 30 �� IH ue'1 iz•1 DETAIL 27B DETAIL DETAIL 25A -� 29 "'II xlz49m 50 mm ],32 m i.32 m 122 m !9'1 I-50 mm M f~' LINES =f2"1 - 12••1 f• 129�z9'1 50 mm 0.62 m 15 mm ��--f m ® ® ®�12"1 a')MIn ®®®®®®®®®®®®®S<3.,1 0 mo mm a")woes ® ® ® Eage of rravelea war 1z'1 rs mm ®®®®®®®®®®®®®-f r.32 m 132 m Aso mm NOTE MY, if 3.1 ]s mm IDD mm u•h Yellow 14 Edge of tra eled way Oetall 2]A deleted r mm O DETAIL 26 �- �Li5 13"1 _� ®®®®®®®®®®®®��" O + RIGHT EDGELINES EXTENSION if ro Eage o leo way f THROUGH INTERSECTIONS ® ® ®�{ y IN ®-r-so mm INTERSECTION TREATMENTS p mm 12 we•1 Iz•1 DETAIL 27C centerline Intersecting street Y 3.66 m 3.66 m 366 m DETAIL 34 1+ H H H 1N MARKER 30 m don't Nlmmum 30 m 000'1 uinlmun uz9 az1 Rz1 r DETAILS �� 6G 5.49 m 5.49 m 166 599 m 7.11 m r. 7.11 m 1]2 m »I I�0.92 ml -wl �0.92 m 75 mm 11'I IIA'1 II'1 112'l� IIB'1 I- !29'1 I29'I 124'1 13'1 I,- 16 mm-20 mm 1I"lZ ® ® B i B B 10.63"-0.60"1 TWO-WAY LEFT TURN LANES so tf tDETAIL 31 � s a'r�- a �Lsnm4 v ® m 66 v _ rs mm(S" 29I Q9 1 21 J (n 3 m-3.6 m DETAIL 34A y T�d0•-12'1 �� .66 10.96 m 66 10.90 at x5 mm }n66 RI 1096 m �66 30 m Won Mlnlmum i nz'1 nsq Rz'1 n69 I-13m I 7U91 f nz IP1 O ]5 TYPE AY e z ]o m 1009 Mlnlmam ® 10 9e m 1 �► mm 13"1� V •`(S'1` 1 '1 nz•1 DETAIL 32 -413'r� DETAIL 35 zu m rt•1 Z 249fi9m 75 mm 1i'1 ��" 2.59 m IB%jl-ry i0 m 1100'1 Minimum E� 732 m 7.32 m 7.32 m i 32 m 7.32 m i 32 m 10 mm-19 mm� ]5 mm 2.59 m 1e I/t 1 id2 m L3 }® f241 '® 124) ® ¢4.1 ® 124.1 ® 1241 ® (24 m.40"-0.is•9 !3'•1-y-t� ®+ ® ® ®'® rz4'1 124'1 B s0 mm Ix"I� 9 s2°•9� 3 -36 m li)' , a x3z m iaz m a I a e l m EEC�} N _III rzrl 1 r1 III x.59 m Ie y'1 i5 mm t3"1' O 5A9 m .66 W.98 m .66 10.95 m .66 5.49 m f100'1 Minimum -H M-2.59 m IB%p l s0 mm lle9 02'• 1169 112'1 136'1 II2'1 110'1 12•0 ® p)-} DETAIL 35A m I14 mm 13'9 TYPE _- s.IB m 30 m 1100')Mlnlmum T® ® ® ® ® n® 1mm-Irlm 1$mm 11'I �► L z9.z6 m 0.u'-u3'1 3m 96'1 DETAIL 33 zI 30 m Ia0'I umlmam ® ® ® 1. 29.28 IF '(J ��1^f Mom. �z14 m n•1 13511Y�'� - 196'1 i5 mm Il'9 10.90"-Od5"I Ili'1"• T.32 m rM ].32 m T 32 m i 3z In i 12,)m 2 m ]32 mSTATE OF 1249 124'I 124'1 I� oyI) 1240 T 124f I DEPARTMENT OF ifl NSPORTATION ®®®®®®®®®®®®®®® PAVEMENT MARKERS AND r�uo"izi m TRAFFIC LINES TYPICAL DETAILS +1 1-,22 m (4') 5.99 m .66 m SA m 5.99 m .66 sd9 m 10'1 1129 AB'1 IIB'1 11x'I Ile'I TM1Fee"StaNa-a In.for CtlnairuetNn of Loeda 5rn9ts and Roads" ontMd units in two TYPE H syereme of mem:remenn lnrermnm,d system f mne m ar^metrll and umUd stmee ®®® ® ®®®® ®®®® f 1} StatlQd ueoeurea shorn m tM erceniMA A 11.IN meaevemeats expressed In the Retrorefleative tva systems are not newssornl qua or Inierchargeadle.See the'Torowor6 or the Face I, nn lq of rnls pudl°arlon 2928m NO SCALE A208 196'I ..._...�•.-. .M1:t.'Y:ufJr�t_:.uv..:.�:.-.a_. - y.:4i.'R'as-aJl k-' S E SxEE EX T RAMP NEUTRAL AREA (GORE)TREATMENT DETAIL 36 ~ 7.32 m u'a ala Edge of traveled way Imalnllnel "s s o.rt Sy (2t'1 52'1� (i31m July 1.02ww0 ho ° n 1 ) mswrsuY r�n a m.In11 r iR4t T Sew Detail Ixw 73 sta Plan,1zo6 hitemanline rmrov m.ex..a.re rose m.aaXewkmvnmrmrgw f2q'Im °�so man e I�a'"' LANE DROP AT INTERSECTIONS I2•9 ° see Deana z9A DETAIL 378 sad Plan A2ae zv.2 m 190'1 16'1 ° 9.Nm 9.m 9 A 0.91m ° 1301 1301 130'1 r TO Eggs 1 100 man le"1 Yelox Ilne cage of traveled way o-amw O a O O a O a C�C7 a o p a O ° ° N 3 2W m (Bq White IT . Q 11 ) Through traffic �� Re Gefa03e ENTRANCE RAMP NEUTRAL AREA (GORE)TREATMENT 0.91m Std Plan nO0 N DETAIL 36A 11s9 O ' 100 man (1%White tine Edge of trovel.d way Imamtlnel Id]m Q —� DETAIL 37C 27,42 m Ifin - a Icon G.EI r See Details zie 9.19 9.N m 9.11 m 9.N m 1 9 Sid Plan A20B 1.83 mm 100 man 11"1 I30 1 130'1 l30'1 Il0'1 C I6'1 White line s .L see ootmle 88 B 88 88 88 68 A 88 88 A 88 88 A 88 9888$8888+ zoo m° m•n wake nae ! lea Plan A20A /f 1 CTt 100 mm (41Yellow Itm type A markers opmlonal 01) ° a.1 Through traffic y 7.32 m Edge at iraveletl way o-om➢I 31m StE PlatnalA200 tll 0 mm a mn�° 2A1 LEGEND 1(•1 i ° 12"1�!• AM PKERS I6'1.83 m Q S.e Details 2SA MARKER DETAILS 5-d Plan A1. Q TYPE A wake Non-reflective LANE DROP AT EXIT RAMPS ® TYPE C Red-clear Retroreflective r E Ian-20 e.—I an r°-1os mmi0s 0 TYPE G One-way Clear Refroreflecilve 10.6]-a.e09 lA6'-.JI' 3A6'-.J]' DETAIL 37 27.2 m I.e3 mr Olreeilon of travel LS em--0.nm�T 0.omit mm� 0 nnif 75 t901 9K'9D m l0.OT'-O.li"I IOAO"-O.i5"1 IOAd'-0.T5"I Repeoi at 0.6 km N2 mllel intervals 0.91 y 9.11 m 9 C m 9See Oefa1136 N 130 1309 t 130'1 (3a'1 Sdd Plan A20DI n o a o a o o a o 4 a o o a o o - se '��..200 mm (11••)White line O ie TYPE A TYPE C TYPE G 0 stm 1') DETAIL 31A 169 27.42 in Le6,Im R.tror.flaive Face 190.1 0.9190m R.peof at 0..a Am(12 mill Inrervas IJ'1 S.tx m 9. .m 9 . 9 . Sea petal)36 13U1 1309 l30'Im 1309 Std PlaS. o t1 MC 4200 OEPARiiYENi OF TRANSPATE OF �D TeiKKl ((// ° PAVEMENT MARKERS AND 88 a 88 88 a 88 88 a 88 88 a 88 88 a 88 ME( 88 TRAFFIC LINES TYPICAL DETAILS y ° m.v'Standard PV]°fa COMirmtbn of Local 5k'.ets and Rgms' onialn Inks m two D•1 systems of ineaW tlmtinstio d Syst.m of IMts Ig en Twtrle'ei°M L1tlf.d Stat.s Standard Al yip in 1M pTenth...e".1M Trurnta.xpr.vM In tM 091m j�The calla oherneltilng line shown may be omitted on short auxiliary lanes fro systems dr.act n.c.buorn pM cr IMvdvpuEN.Sri,.for.rNP ai 1M 1'1 where weaving length Is critical O.glnallp of"T""batlm 1 m NO SCALE A2OC „ raam,. e0are ,,.d rea'eCT _ 2.21m 13'-6'9 l3'-6"I 13'-6"1 IS'-6'9 I7-3"1 —r Jul v[F'e20pZxcliwr.3 }O9iau rzv ed erel s.TA Wd do It qit oao/`.&. cd IS o N Q mm 1d GRID N 300 12 Sry — A=1.30 m'IN SOFTOFTI — C TYPE IARROW �¢ 300 mm uz^,GRID a 3.05 DO (10'-0") mm A=2.51 me(2,SOFT) H2'd ly TYPE VI I U ARROW C_ Z 113 m (FOR TYPE VI I(R)ARROW. 1 (6'-D^I W USE MIRROR IMAGE) _ fn 300 mm 112.1 GRID o 9'0'1 (/J 0 300 mm n2'GRID 600 mm � 300 mm 2-�Oli _ v 20 E 142 32 m'125 SOFT) E TE IARROW = _� 5.49 m (0-01 a DO mm Z A=3.90 m'(42 SOfTI IY 0') 300 mm (12•1 GRID TYPE VI ARROW RIGHT LANE DROP ARROW a a2'N (FOR LEFT LANE. N 5y A=2.fie m'(3190Fn 300 mm 1@'N GRID USEMIRROR IMAGEI A 0•-s•I TYPE (ARROW I«-302..m = a 7.32 OR (24'-0% A=1.3s m'Gs SOFT' TYPE IV U ARROW Iz— (FOR TYPE IV(R)ARROW, E- USE MIRROR IMAGE) _ A=3.06 m'133 50FT1 TYPE V ARROW ISO mm I6•D GRID NOTE: STATE OF cnur0xnu I MINOR YARNi10N5 W DIMENSIONS DEPARTMENT OF TRANSPORTATION .I l—Is0 mm MAY RE ACCEPTED RY THE ENGINEER, PAVEMENT MARKINGS (6.0 300 mm I12m GRID j ARROWS A=o.6smrn saFn '1 3°U2-d Tneee-standard Pi«”for Constrmito"of ioca streets and Roads' ont n wNe to two BIKE LANE ARROW sYs a aoof Heosenement:l5�r+nemwl 53.E..rf true((o:Nr ntrielsane United States A=3d4 m'136 SOFT) No systems o-a not aecessof.y eWai ar InlerGwnged9e.See IDe'Foreword"of me TYPE VI I I ARROW beginning of this Raamoaon. NO SCALE A24A r n PRODUCT DATA SHEET INC POLYFLEX TYPE 3 SEALANT Nv I�coNa COINPANY 6975 W.Crafco Way•Chandler AZ 85226 1.800-5284242•(602)276-0406•FAX(602)961-0513 PART NO.34521 JANUARY 1999 www.craft:o.com READ BEFORE USING THIS PRODUCT I GENERAL Crafco PolyF7ex Type 3 sealant is a single component,hot-applied,elastically modified asphalt composition which is'specifically produced as an economical yet effective pavement maintenance sealing material for use in cracks and joints in asphalt or Portland cement concrete pavements.As compared to sealants based on ground reclaimed rubber, ' PolyFex 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 3is suited for use in hot climates which commonly experience summer temperatures in excess of 105F(40C),and seldom experience winter temperatures below 30F(-1C). SPECIFICATION The Crafco recommended specification limits for Polyflex Type 3 sealant when heated in accordance with ASTM CONFORMANCE D5078 to the safe heating temperature are as follows: U9 CRAFCO Recommended Spec. Cone Penetration(ASTM D5329) 15-45 Resilience (ASTM D5329) 30%min. Softening Point(ASTM D36) 21OF(99C)min. Ductility,77F(25C)(ASTM D113) 30 cm min. Flexibility(Crafco Procedure) Pass at 30F(-1C) Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM 134) 60%min Tensile Adhesion(ASTM D5329) 400%min. Safe Heating Temperature 400F(204C) Recommended Pour Temperature 380F(193C) APPLICATION The unit weight of Crafco Polyflex Type 3 sealant is 10.0 lbs.per gallon(1.20 kg1Q 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, beating methods,pavement preparation procedures, application geometry, usage precautions and safety procedures. These instructions are provided with each pallet of sealant. PACIKAGING 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.(I8kg)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 Nlem2)and using water resistant adhesives. Boxes use tape closure and do not contain any staples. Boxes are labeled with the product name,part number,lot number,specification conformance,application temperatures and safety instructions. Palletized units are protected from the weather using a three 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 part number,lot number and net weight. Application Instructions are provided with each pallet in a weather resistant enclosure. 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 the cracks and joints prior to sealing are beyond our control as are the use and application of the sealants; therefore, Crafco shall not be responsible for improperly applied or misused sealants. Remedies against Crafco,Inc.,as agreed to by Crafco,are limited to replacing noncon- forming product or refund(full or partial)of purchase price from Crafco,Inc, All claims for breach of this warranty must be made within three(1)months of the date of use or twelve(12)months from the date of delivery by Crafco, Inc. whichever is earlier. There shall be no other warranties expressed or implied. For optimum performance, follow Crafco recommendations for sealant installation. 12 CERTHOLDER COPY NB STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 COMPENSATION IN SLJRANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 01-25-2006 GROUP: 000571 POLICY NUMBER: 0010713-2005 CERTIFICATE ID: 448 CERTIFICATE EXPIRES: 10-01-2006 10-01-2005/10-01-2006 CITY OF PALM SPRINGS NB JOB:05-19 2005-06 PROCUREMENT & CONTRACTING ANNUAL SLURRY SEAL PROJECT 3200 1: TAHQUIRT CANYON WAY PALM S,PRINQS CA 92262 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon30 days advance written notice to the employer. i We will also give you 30days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms exclusions, and conditions, of such policy. THORIZED REPRESENTATI PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - EDWARD DILLON DIR PR SEC TR - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 06-01-1997 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER BOND BLACKTOP, INC NB PO BOX 616 UNION CITY CA 94587 [AT V,CS] iRgV.2-05) PRINTED : 01-25-2006 OF ?ALAS S * M E M G R A N D U M C7t t FpitCl�� TO: Mari Lynn Boswell Procurement Office FROM: Kathie Hart, CIVIC Chief Deputy City Clerk DATE: February 3, 2006 i SUBJECT: Bond Blacktop, Inc. A5219 I i Attached is a duplicate original copy of the above referenced agreement for your files and distribution. We have kept the original copy for our records. I Please feel free to contact our office if there are any concerns. /kdh Attachment CONTRACT ABSTRACT Contract Company Name: Bond Blocktop, tnc. Company Contact: Ed Dillon Summary of Services: CP#05-19, 2005/2006 Annual Slurry Seal Contract Price: $382,424.50 Funding Source: 134-4498-50100 Contract Term: One Year Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian/Pete Agres Contract Approvals Council/ Ageney Approval Date: January 18, 2006 Minute Order : 7803 i Agreement Number: 5219 i i Contract Compliance i Exhibits: Signatures: Insurance: I Bonds: I I Contract prepared by: I I Submitted on: By: