Loading...
HomeMy WebLinkAbout05045 - INTERNATIONAL PAVEMENT SOLUTIONS CAMINO AMAPOLA CAMINO PRIMROSE STREET IMPROVEMENTS CP 04-11 DOC a 20050746074 09/09/2005 08:00A Fee:NC Page 1 of 1 nr' Recorded in Official Records �'�'/E�'"1 � County of Riverside ('ff Y 01' Pt A LM S P 111? G S� Larry W. Ward Assessor, County Clerk {& Recorder 1005,iCP 29 AN 81 12 I Iillli lllliil IIIII it IIIII IIIII illllll III IIIII III IIII CITY CLUX i M 5 U PJAGE SIZE OA PCGR NGGOR SMF MISC. i I I i Recording Requested By And •` "�` When Recorded Return To: coat LOW REFUND Ncec c ! City of Palm Springs Attn: City Clerk A 71LH—� ExAM i P.O. Box 2743 Palm Springs CA 92263-2743 T i (SPACE ABOVE TIES LINE FOR RECORDING USE) (EXEMPT FROM RECORDING FEE PER GOV.CODE$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 the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E.Tahquitz Canyon Way, Patin Springs, California(P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 19"day of July, 2005. 5. The name of the contractor(if named)for such work of improvement was:International Pavement Solutions,Inc.,P.O.Box 10458, San Bernardino, CA 92423. 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: Camino Amapola and Camino Primrose Street Improvements 7. Nature of Interest: Fee Owner 8. The property address or location of said property is: Camino Amapola and Camino Primrose Between Calle Amigos and Thornhill Road,Palm Springs, CA. 9. City Project No. 04-11, Agreement Number: 5045, Minute Order Number: 7640 CITY OF PALM SPRINGS: REVIEWED BY: ��JJ DATED: BY; ✓>p- DATED: Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he snakes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. City Clerk-James Thompson /n Index No. 0305 DOCUMENT TRACKING Page: 1 Report: Detailed Transactions Detail November 17, 2005 Condition: Document Number a5045, Document# Description Approval Date Expiration Date Closed Date A5045 Camino Amapola&Camino Primrose St Improv CP04-11 $187,784.50 03/02/2005 07/01/2005 Company Name: International Paving Solutions Address: P O Box 10458, San Bernardino, CA 92423-0458 Group: ENGINEERING Service: NOC xRef: ENGINEERING Ins. Status: No Certificate on file. Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid MO 7640 - not prov by dept 03/02/2005 distrib to dept 03/30/2005 NOC 2005-0746074- in file 09/09/2005 NOA 11/09/2005 * * * * * * END OF REPORT * * * * * * O�v� i;,`e,­ li1 ,,, CITY OF PALM SPRINGS j Y 0 F F P,9.l''i ri'r ^„ CALIFORNIA tp 7.l .11, 1 1_• jT,i Pn743,Palm Springs, California 92263, (760)323-8253 r^'3"" EL�, �"` epartment of Public Works and Engineering it r e!€-. ; , NOTICE OF ACTION FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: I.P.S.Inc. ACCEPTANCE DATE. July 19,2005 P.O.Box 10458 PROTECT: CP404-11 Camino Amapola and P tf San Bernardino,CA 92423 Camino Primrose Street Imp. \\ AGREEMENT NO, 5045 V MINUTE ORDER NO. 7640 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. 0\ PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing 1,179 L.F. Curbing L.F. Street Paving 23,155 S.F. Street Paving S.F. Sidewalks 1,145 S.F. Sidewalks S.F. Driveway Approaches 4,960 S.F. Driveway Approaches S.F. Bike Paths EA. Bike Paths S F. Sewer Mains L.F. Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals LT Sewer Manholes EA, Sewer Manholes EA, Storm Drains L F. Storm Drains L.F. Survey Monuments EA. Survey Monuments EA, Lighting/Landscaping L.S. Interconnect& Signal Modification L S Location: Curb,Sidewalk and Street improvements on Camino Amapola and Camino Primrose Between Calle Amigo and Thornhill Dr.,Palm Springs,CA C.P.S DrawingNo(s). Permit No. 13545 Contractor(s)actually doing the work International Pavement Solutions, Inc. Notify your bonding company/bank to release the following bonds No. SU 5013543 in the amount of S 184,784.50 Performance 09 10q I O(o No. SU 5013543 in the amount of S 184,784.50 Payment 101ID'05 No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No, in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer: CITY ENGINEER Bond Co./Bank: Arch Insurance Company Comments: FINAL CONTRACT AMOUNT: $ 184,784.50 Submitted by. Dated: Street /M�aiinttye�nance Manager �/>"I/✓Approved by: Dated: Director of Pu lic Works/City Engineer Distribution:Original to Engineering Project File;Copies to Addressee,City Clerk,Engineering NOABinder,Street Maintenance Manager,Economic Development,Building, Facilities Index No.0503 International Pavement Solutions Camino Amapola/Camino Primrose Improvements AGREEMENT#5045 MO 7640, 3-2-05 �t`N` AGREEIMENT THIS AGREEMENT made this V ,- day of NA'1P)0411" in the year 200k 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 INTERNATIONAL PAVEMENT SOLUTIONS, 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: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPRDVEM04TS CITY PROJECT NO.04-11 The Work is generally described as follows: The Work comprises the construction of asphalt concrete pavement; crushed miscellaneous base; Portland cement concrete curb and gutter, cross gutter, spandrel, curb return, sidewalk and driveway approaches; removal of existing asphalt concrete pavement and Portland cement concrete improvements; adjustment of sewer manholes to grade; traffic striping, signage and markings; cold planing and grinding of existing asphalt concrete pavement; construction of asphalt rubber hot mix (ARHM) overlay;and all appurtenant work on Camino Amapola and Camino Primrose in Palm Springs. 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 $425.00 for each calendar day that expires after the time specified in Article 2, herein. 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 —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, Federal Labor Standards Provisions, Federal Rates of Prevailing Wages, 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 I to I 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. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24105 AGREEMENT FORM AGREEMENT AND BONDS-PAGE 1 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. ARTICLE7 •-MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications for Public Works Construction("Greenbook") and the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 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,CAUFFO,yRNIA APPROVED BY THE CITY COUNCIL ry By 'u'-,(, :° -�s�V—"-�+'+-•� �"-="��mp-� Minute Order No. IbN'd Date— City Clerk E .P" ,��j� Agreement No. Pf�F2DVED/AS TO;FORM:By gity Attorrfey fe g Date i / '��P�` / � reetnent over/tctr $25,000 CONTENTS APPROVED: i 1l_� Reviewed and approvcd Rey By Procurement A C011tractar1c, City Engineer ��Date bj' �i Ednt3ap5 _..� ate •:�!- BY City Manager ' Date z�z/zc` zc P'v� CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24105 AGREEMENT FORM AGREEMENT AND BONDS-PAGE 2 CONTRACTOR." i1lrE2�r�Tibtir�� PWA M51UT S��LrT/DELLS T—�c . (Check one: _individual, _partnership, - G_ 6 poration) By 0 � signature (NOTARIZ Print Name and Title P�Remr e . R i Eraerz 6y `� C� signaWre (NOTARIZED) Print Name and Title: D�-MNIS C , Mailing Address f?o . i3ox l o �P s� , cod 10Ya3- 0 58 Date o ,3 - al - o 5 (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice Resident; AND B. Secretary, Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer). End of Signatures CAM.AMAPOI A&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124/05 AGREEMENT FORM AGREEMENT AND BONDS-PAGE 3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of _ California County of San Bemardino On March 21, 2005 before me, Nancy Escobedo,Notary Public Flat. Name and Title of Officer(e.g.,'Jane one,Notary Public") personally appeared Brent C.Rieger&Dennis C.Rieger Names).f Signer(s) ®personally known to me- OR-❑preved4a ^mar: t+se-basis ef-satisfaeteFy evidence to be the person( whose nameW is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his4w4th&authorized capacity(ies),and that by his/herkheir signatures) on the instrument the person(s}, o. ,.,.., AMCY...y " `ESCOa" or the entity upon behalf of which the person(s) acted, r' FDCi V mission# tears executed the instrument. �i Notary Public-California San Itemardlno County WITNESS my hand and official seal. My Comm,Explrfs Jan net re of Notary Public OPTIONAL. Though the information below is not required bylaw,it may prove valuable to persons relying on the clicument and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Agreement-Palm Springs Document Date: March 21, 2005 Number of Pages: 3 Signer(s) Other Than Named Above: _ Capacity(les) Claimed by Signer(s) Signer's Name: _ Brent C.Rieger Signer's Name: Dennis C.Rieger ❑ Individual ❑ individual ® Corporate:Officer ® Corporate Officer Title(s): President Title(s): Treasurer/CEO ❑ Partner-❑ Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator JIM111M ❑ Guardian or Conservator jolifflM ❑ Other: Top ofthumb here ❑ Other. Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. BID Bowb Bond: #SU, 5013231 KNOW ALL MEN BY TI-0 IE PRES j'a, That , _ International Pavement Solutions,' Inc. as principal, And Arch Insurance Company 'e8 Surety, are held and firmly bound unto the dhy of Palm Springs, hereinafter ( allod the 'City" in the sum of; 10% of the Bid Amount Not to Exceed Twenty Thouasnd & N01100 ($20,O00.0O)dollars ;not less the�10 percent'of the total amour of the bid) for the payment of which sum, we and truly to be made, we M ourselves, our heirs, executors, administrators, successors, and asailins,jointly and severally, firmly y thesis presents. WHEREAS, said Principal has submltFad a Bid to sold City to perfonh the Work required under the Bid Schedule(s) of the Cltvis Contract Ddcumenlis entitled: CAMINiO AMAPOLA, FIND CAMINO PIUMROSE STRW IMPROVEMENTS CITY PROJECT NO. O4-11• NOW THEREFORE, if said Principal k awarded a Contract by said City, and within the time and in the manner raqukad in thei `Notice Invl ng Bide" and the "Instmadorm to Bidders" enters into a written Agreement on the Form of Agreem int bound with sold Contract Documat e,, furnishas the required Certificates of Insurance, and furnis iss, the required Performance Bond and Payment Bond, then this obligation shall be null.and vold, oth ifwlso it shall remain In full force and effect, In the event suit Is brought upon this Boni by sold CKy and City pravells, said Surety shall pay all corm Incurred by sold City In such sum, Including a'reaso la attorney'i fee to be fixed by the court. SIGNED AND SEALED, this 18th day of February 2g05, PRINCIPAL: International Pavement Solutions, B�'ENT C • 1f1t(5k7R r 5• Inc. Whack ors. individual, ,�yerRrerchip, Arch Insurance Company VFarporaeion! ' By By Raymond E. Gail Um ' ' This Attorney-in-fact AAIZEdI '-'-' Prtm Name and Tula: br=NM15 C �1EGC21C I_0/TVAS• IOFSUREYY AL AND ASALACKNOWI�CiM 'y By ea'16�- ' c INCYTARIZE Pilot Ne ne and This; (Calpareilua rdawim rm tlpet4raa;a"ftm We of the Poaaiv4rp �ay,s:%1.Mlrmrn eA eOaN,iFwk%nt, ar 11r1y Mq,pad*M;AND ■.Savaay,Jldatara 3agap�Y,TgaMaw,AaWe'sp?rawer, W . Chid Anerider ogleri• ' ' CAM.NWOLA A CAN.PRIMROSE STREET IMPROVEMENTS MY PROJECT NO.0d-11 to BID 001401810 SECURITY FORM) 010 PORMS-PAOE 18 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On FEB 1 a 2005 before me, Susan E. Morales/Notary Public NAME,TITLE OF OFFICER personally appeared .Raymond E. Gail NAME OF SIGNER(S) ® Personally known tome - 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/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the IJ 'SUSAWE �a�s L _ person(s), or the entity upon behalf of which the person(s) �oa,� ors 12oz m acted, executed the instrument. a✓) ��,� "�n` ;> Nonary,"yoY�le�.-i,alefoKarea t0 70yeoh'r" =rr' })PcH.200' i WITNESS my hand and official seal. (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL/OWNER ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Arch Insurance Company Arch Reinsurance Company POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the"Company")does hereby appoint Lawrence W. Carlstrom, Raymond E. Gail, Michael E. Cundiff, Susan E. Morales, George A. Munana, Matthew J. Huggins, Eric Schmalz, David A. Eliassen and R. G. Park of Pasadena, CA(EACH) its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had'been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimila under anc�jb 'authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. V ` \ ARCH Insurance Company ARCH Surety NOTICE — DISCLOSURE OF TERRORISM PREMIUM In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable insurer deductible. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On_February 22, 2005 before me, Nancy Escobedo,Notary Public Dale Name aM Title of Ofrioer(e.g,'Jane Doe,Notary Puble') ' personally appeared _ Brent C.Rieger and Dennis C.Rieger Names)of Signers) lanown.tc6iTw-.pF D pro ed to me to be the person(s) NANCV ESCOZE I whose name(s)is/are subscribed to the within instrument Commlbslon a 15470M r and acknowledged to me that he/shelthey executed the tbbry Pubhc•CaHfomla San Bernardino same in hisiflie4fl eir authorized capacity0 (ies}and that by Coup MyCamm,ExpiresJon31 2 his/heMbreir signature(a) on the instrument the person(s}, — .V A..71 , � _ . , or the entity upon behalf of which the person(s) acted, QpMyComm NANr UC4BED0 executed the instrument. 4703E NowrY P„r)),c -California WITNESS my hand and official seal. SanBernardino county Expires Jon 31_200 S atom of Notary PUNic OPTIONAL Though the information below is not required bylaw,it mayprove valuable to persons mlying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _ BID BOND Document Date: _ February 18, 2005 Number of Pages: 1 Signer(s) Other Than Named Above: RaymondE.Gail Capacity(les) Claimed by Signer(s) Signer's Name: Brent C.Rieger Signer's Name: Dennis C.Rieger ❑ Individual ❑ Individual N Corporate Officer N Corporate Officer Title(s): President Title(s): Treasurer/CEO ❑ Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator r ❑ Guardian or Conservator ❑ Other: Top of thumb byre ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. WIND Y Bond: 1�SU 5013543 �r1���aL�r1341T94�'�VI PUACY ' Premium: $3,696.00 EXECUTED IN FOUR COUNTER PARTS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That INTERNATIONAL PAVEMENT SOLUTIONS, INC. as Contractor, And Arch Insurance Company as Surety, an.- 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: ($184,784.50) One hundred eifhty four thousand seven hundred eighty four a6fiJPa0/100 for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and Is about to-enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contrast Documents err6tied: CAMINO AMAPOL A.AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 NOW THEREFORE, IF said Contractor shall perform all the requirements of Said Contract Documents required to be performed on Its part, at the times and in The manner specified herein,then this obligation shall be null and void, otherwise It shall remain in full force and effect. PROVIDED,that any alterations in the Work to be done or the materials to be furnished, or changes In the Time of completion, which may be made pursuant to the terms of said Contract Documents,shall not In any way release said Contractor or sold Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of The Agreement is hereby waived by sold Surety. SIGNED AND SEALED,this 8th day of March 2005. CONTRACTOR: SURETY: International Pavement Solutions, Inc. Arch Insurance Company (Cheyk one: _individual, _partnership, ��corporatioN By d f By Raymond E. Gail Title Attorney—in—fact e1 (SEAL AND NOTARIAL ACKNOWLEDGMENT (NOTARIZED) OF SURETY) Prim Name and Titim - 3'Rt�4r C, RtGGEIZ, PRIGS. _ By� E C f - - (NOTARIZED) , Print Name and Tdla: UW"1-5 C- k166i 72P a�7R�s• (Corporations require two slgnaturas; one)turn each of The Following groups:A.Chpirman of Board,Prasldont,or any �Aoe President; ANp S. Secretary, Aafl$ont Secretary, Traaeemr, Assiamm Treasurer, or Chief Financial Offioarl, CAM.AMAPOLA a CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO,04.11 124/05 PERFORMANCE BOND CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On i�B,ACI - g 2005 before me, Susan E. Morales/Notary Public NAME,TITLE OF OFFICER personally appeared Raymond E. Gail NAME OF SIGNER(S) ® Personally known tome - 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/their 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. � �� s ✓ �f) NH C E.LEb4 ClUfM .� WITNESSS my hand anf�d offi�c-iia-ll seal. ( (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL/OWNER ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Arch Insurance Company Arch Reinsurance Company CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino on March 21, 2005 before me, Nancy Escobedo,Notary Public Data Name and Title of Officer(e.ft,'Jane Doe,Notary Public") personally appeared Brent C.Rieger&Dennis C.Rieger Names)of SrBner(e) �S y1n2wn tome iOR p ved to-mein-th"asis of satisfactory evidence to be the person(s) NAIJ V ESCOBEDO whose names)is/are subscribed to the within instrument Cornrnisslon N 154703✓, and acknowledged to me that he/she/they executed the w Notary Putalkc-Calnomla same in his/herAheir authorized ca acit� p y(ies}and that by San Bernardino county hisAxT their signature(s) on the instrument the person(s}, My Comm Expinsian31,2Oq —. — — — — — — _ — or the entity upon behalf of which the person(s) acted, executed the instrument. .a, ppry .AF.D0 Con 1"1"111 a 1547038 WTNESS my hand and official seal. X'1-50i`,�wCornr, Notary, ibhc Callfwnla f Ban ISernordtno COanty$an1h Fepves Jan 31�2009� — �7S of Notary Public OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance and Payment Bonds Document Date: March 8, 2005 Number of Pages: 1 &2 Signer(s) Other Than Named Above: Raymond E.Gail Capacity(les) Claimed by Signer(s) Signer's Name: Brent C.Rieger Signer's Name: Dennis C.Rieger ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Tltle(s): President Title(s): Treasurer/CEO ❑ Partner-❑ Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attomey-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator jil§§M ❑ Guardian or conservator J011MM ❑ Other: Top of thumb here ❑ Other. Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. Bond: #SO 5013543 _ EXECUTED IN FOUR COUNTER PARTS Premium: Included with the Performance Bond. PAYMENT BOND KNOW ALL MEN 13Y THESE PRESENTS, That INTERNATIONAL PAVEMENT SOLUTIONS, INC, as contractor And Arch Insurance Company as Surety, are held firmly bound pnto the City of Palm Springs, a charter city, organized and existing in the County of Rvsrslde, State of California, hereinafter Balled the"City," In the sum Of: ($184,784.50) One hundred eighty four thsouand eleven hundred eighty 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. WH9ffi43, 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: CAMINOAMApOUt AND CAMINOPtahROSESTFMtIMPROVEMENTS CITY PROJECT NO.04-11 NOW THOWOK 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, withhold, 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, end Sections of other Codes of the State of Califomla referred to therein and acts amend;ddry.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 compiled with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore sat forth, and also will pay, In case suit is brought upon this bond,a reasonable attorney's fee as shell 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 Celifomia 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 fumished,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, noi•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 SMILE%this 8th day of March 200 5, CAM.AMAPOLA 3 CAM.PRIMROSE STREET IMPROVEMENTS PAYMENT BOND CITY PROJECT NO.D4-11 AGPEEAENT AND BONDS-PAGE 8 1/24105 CONTRACTOR.' International Pavement Solutions, Inc. (Cheek one: _individual,_�rartnershlp, 1/corporation) A BY • dnnelum (NOTARI Print Name and Title: ICI L7_� 12. lEG�r'� , -PREs . By (NOTARIZED) Print Name and Title: pC--l�cnu s C_ R LS G L=l? C� 77�C-i45 (Cefpmay0ns require two signatures:one fmm as na groups:A.Chairman or Board,President or any 1Mee Pmaident;AND B.Secretary,Assistant Secretary,T ressu er,Assistant Treasurer,orCNei Flnanclel Officer). SURETY; Arch Insurance CompanyBY _ Raymond E. Gail Title'Attorney—in—fact (SEALANLiNOTARIALACKNOWLMGMENTOFSUPO-Y) CAM,AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS PAYMENT BOND CITY PROJECT NO.04-11 AGFOU84T AND BONDS-PAGE 7 1/24/05 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On rs hEi 0 2005 before me, Susan E. Morales/Notary Public NAME,TITLE OF OFFICER personally appeared Raymond E. Gail NAME OF SIGNER(S) ® 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/their 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. e � -�,�'��SJotary Puli9ec Caiipoe nia ed. .n�4�1r �l7a FINf�P�� sGf IIP{7l WITNESS my hand and official seal. -e'r- - mc'a:2 (SIGNATURE OF NO TAR 1) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL/OWNER ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Arch Insurance Company Arch Reinsurance Company POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the"Company")does hereby appoint Lawrence W. Carlstrom, Raymond E. Gail, Michael E. Cundiff, Susan E. Morales, George A. Munana,_Matthew J. Huggins, Eric Schmalz, David A. Eliassen and R. G. Park of Pasadena, CA(EACH) its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adapted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by`authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 17th day of February 2004 Arch Insurance Company Attested and Certified �0tance C 0 r C09KIMTF �m 1w1 k, Joseph S. Ld 4A, corporate Secretary Thomas P. Luckstone,Vice President STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS I Melissa B. Gilligan, a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. OFFICIAL SEALJ MEUSSA �tJotary Public Stal � Un e4zl'I''l My Commission Expires February 28,2IX15 Melissa B. Gilligan, Notary Public My commission expires 2-28-05 CERTIFICATION I, Joseph S. Labell, Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated February 17, 2004 on behalf of the person(s) as listed above,is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone,who executed the Power of Attorney as Vice President,was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of MAP °° 8 ?(lflri 20_ 211scporrlp�ora,Joseph S te Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. yan°e C �+ o C0910MTF �'O 19)1 _ Yhroud Home Office: Kansas City, MO 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. �✓ y ARCH[ Insurance Company ARCH Surety NOTICE — DISCLOSURE OF TERRORISM PREMIUM In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable insurer deductible. CALIFORNIA ALL,-PURPOSE: ACKNOWLEDGMENT State of California County of San Bernardino On Match 21, 2005 before me, Nancy Escobedo,Notary Public Data Name and The of Officer a.( g.,'Jane Doe,Notary Public") personally appeared Brent C.Rieger&Dennis C.Rieger Namo(s)of&gnar(s) ®personally known to me-OR-❑proved to me-erF4e-basis-4�eFy evidence to be the person(s) whose name(.)Ware subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/heriltheip authorized capacity(ie , and that by his/herkheir signatureW on the instrument the person(.}, or the entity upon behalf of which the person(&)acted, — — — e executed the instrument. NANCV ESCo"Do Commission W 1647038 r Notary Public•Calffomb 1A117NESS my hand and officials al. ' San BornardinoCounty MVComm-Expkmjon31,2 Signature of Notary Public OPTIONAL. Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Descriptiion of Attached Document Title or Type of Document: Performance and Payment Bonds Document Date: March 8, 2005 Number of Pages: 1 &2 Signer(s) Other Than Named Above: _ Raymond E.Gail Capacity(Les) Claimed by Signer(s) Signer's Name: Brent C.Rieger Signer's Name: Dennis C.Rieger ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): President Title(s): Treasurer/CEO ❑ Partner-❑ Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ffiffilM ❑ Other: Top of thumb hurt ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. BID DOCUMENTS Only the following listed documents, identified in the lower right comer 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 Equal Employment Opportunity Certification Debarment and Suspension Certification Non-Lobbying Certification Disclosure of Lobbying Activities 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. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124105 COVER SHEET BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CAUFORNIA 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: CAMINO AMAPOLA AND CAMINO PRIMROSESTREEr IMPROVEMENTS CITY PROJECT NO.04-11 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 0 V —o 7 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 1850, at 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. 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: FEDRU,PRj Bidder: r-NTUZ-MATI DI4PL�AU6MC-.NT SDLUT-1 Ord XRIC. By: � (Sign Title: L3R-t=M-r C - IGGC—R � �IZ.�StDEt`-iT CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 2 BID SCHEDULE "A" Schedule of Prices for the Construction of the: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 CAMINO AMAPOLA in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity 'Price 1• Initial Mobilization - - - LS $4,100.00 2. Traffic Control - - - LS $ 5000. 0 0 3. Traffic Striping and Markings - - - LS $ It SD•0 0 4. Construct 2 '/z" A.C. Pavement 9,480 SF $ I•IS $ (0,`t Q-L)0 5. Construct 4" Crushed Miscellaneous Base 9,480 SF $ I.a5 $ ll,8so• 00 6. Construct 2" A.C. Pavement 210 SF $ A.06 $ r{8-0.00 y• Construct Type A2-6 Curb & Gutter 590 LF $ v10.0D $ 111800.Oa 8. Construct P.C.C. Driveway Approach 2,600 SF $ 6•SD $ 16,500. 00 9. Construct 4" P.C.C. Sidewalk 625 SF $ 5.00 $ 31a5.00 10. Adjust Sewer Manhole to Grade 1 EA $ 7So• 00 $ ZSO. 0 0 11. Remove Existing Asphalt Concrete 9,940 SF $ •Sn $ •�97D•00 Pavement — - 12. Remove Existing Portland Cement Concrete $ 3.p 0 Improvements 660 SF _ 13. Remove Existing Mailbox and Install New 15 EA $ 360.6'D Mailbox 14. Relocate Existing Sign 1 EA $ -20. UD $ 70 . 00 TOTAL OF ALL ITEMS OF THE BID SCHEDULE "A": // /} (Pflce in figurre0 n �7 A, C,/yJ 'y 5 •,,.f�v a'+lY�^ - aa"L , W4A',O, .�-� �^l> .UB•�r u.,� (Pnce in..,ds) -rN7-e9NAT/OA.19 L PgUEIn,51VT SO/-unOA,S -T- e. Name of Bidder or Firm CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124/05 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 3 BID SCHEDULE "B" Schedule of Prices for the Construction of the: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 CAMINO PRIMROSE in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization - - - LS $3,900.00 2. Traffic Control - -- LS $ 6000. 0 O 3. Traffic Striping and Markings - - - LS $ �150•Db 4. Construct 2 ''/2" A.C. Pavement 9,450 SF $ I. (`S $ /n,867• SD S. Construct 4" Crushed Miscellaneous Base 9,450 SF $ If. ; S $ ��� g�� •SO 6. Construct 2" A.C. Pavement 275 SF $ 0,00 $ SS0' DO 7• Construct Type A2-6 Curb & Gutter 580 LF $ r10•OD $ A 600• DO 8• Construct P.C.C. Driveway Approach 2,360 SF $ (,-SD $ /S,3vo.D 0 9• Construct 4" P.C.C. Sidewalk 520 SF $ 5-DO $ a('00. 00 10. Construct Curb Transition 5 LF $ 30.00 $ /50. DD 11. Adjust Sewer Manhole to Grade 1 EA $ 7$D. $ 7$D•O o 12 Remove Existing Asphalt Concrete 7,720 SF $ 50 $ 3860.00 Pavement 13. Remove Existing Portland Cement Concrete 250 SF $ 5 D a $ las-0 -0[1) Improvements 14. Remove Existing Palm Tree 1 EA $ 16 0•,6D $ (oSD.Sa Z�/7�i2MRT1DNRL�R!/�A7�AlT 6aan0AJ5 zzNC. Name of Bidder or Firm CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24105 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 4 BID SCHEDULE "B" (Continued) CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 CAMINO PRIMROSE Item Description Estimated Unit Unit Amount No. Quantity Price 15 Remove Existing Mailbox and Install New 9 EA $ 3oo.00 $ a700. 00 Mailbox 16. Relocate Existing Sign 1 EA $ r70. 00 $ 70.OD TOTAL OF ALL ITEMS OF THE BID SCHEDULE"B": $ 7A , aso• SD �p (Rice in tig"nos)s) 50�� � �•�-s-�—o�. ,�,.� �(1 M�.'la.i.� C�t�4' 7 P y �re� (Rice in words) ZA6TERN,+7-IDAI AL AAAA� A&V 1501g7-InAJ5 -Z:-A/C , Name of Bidder or Firm CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24105 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 5 ADDITIVE BID SCHEDULE "C Schedule of Prices for the Construction of the: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 CAMINO AMAPOLA From Thornhill Road to Sta. 11 +61. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1• Traffic Striping & Markings - - - LS $650.00 2 Cold Plane Existing Asphalt Concrete 1,870 SF $ • $-6 $ 935.00 Pavement 3. Construct: 1 %z" ARHM Overlay 4,100 SF $ 07 .5 $ 10jc33a.60 4 Construct Curb Return, Spandrel and 240 SF $ /0' 0b $ a.YOo• 00 Cross-gutter 5. Install Type R1 Sign 1 EA $ 3Sa•00 $ 3S'0•00 6. Remove Existing Asphalt Concrete 290 SF $ y 00 $ //60. 00 Pavement - 7. Remove Existing Curb & Gutter 32 LF $ /0•00 $ 3a0.00 8. Remove Existing Portland Cement 6 SF $ 30•00 $ 1&6. 0 0 Concrete Improvements 9• Construct 2 %z" A.C. Pavement 125 SF $ V '00 $ 5-00. 00 10. Construct 4" Crushed Miscellaneous Base 125 SF $ Q-60 $ a5„ 11. Construct 2" A.C. Pavement 75 SF $ 3.00 $ aA ' '• 00 TOTAL OF ALL ITEMS OF THE BID SCHEDULE "C": $ l7i 30�a •0 0 (Price m figures) Wfti in words) .T,VrL-RN4rlo1vA1- {WPLr-1v&7Vr SoLarizws Nc'. Name of Bidder or Firm CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 6 ADDITIVE BID SCHEDULE "D" Schedule of Prices for the Construction of the: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 CAMINO PRIMROSE From Thornhill Road to Sta. 11 +63. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Striping & Markings - - - LS $700.00 2. Cold Plane Existing Asphalt Concrete 1,880 SF $ • SD $ gy70•o0 Pavement 3. Construct 1 ''/3" ARHM Overlay 4,100 SF $ a •5 $ /0,33a•aa 4. Construct Curb Return, Spandrel and 250 SF $ /0.0 0 $ a.S-00.00 Cross-gutter 5• Construct Curb Transition 5 LF $ 30-00 $ /50.0a 6. Construct Type A2-6 Curb & Gutter 9 LF $ aa•06 $/980D 7- Adjust Gas Valve Cover to Grade 1 EA $ 3S0•0 $ 3V-OD 8. Install Type R1 Sign 1 EA $ 3S6.00 $ 3S0.00 9, Remove Existing Asphalt Concrete 290 SF $ 4/00 $ //60•D0 Pavement 10. Remove Existing Curb & Gutter 46 LF $ /b.00 $ 5/60.O0 11. Construct 2 '/z" A.C. Pavement 125 SF $ y 00 $ 5,2i0.00 12. Construct 4" Crushed Miscellaneous Base 125 SF $ a •00 $ as0.0o 13. Construct 2" A.C. Pavement 75 SF $ 3,00 $ aaS.00 TOTAL OF ALL ITEMS OF THE BID SCHEDULE "D': (Pdce iv words) TOTAL OF ALL ITEMS OF BID SCHEDULES "A" and "B", and ADDITIVE BID SCHEDULES "C" and "D": $ /oo�i 78Z/•So rice in fi9uros� /�, y-- /4(t„M_.w('/"•.'-'y"y�.., �Q/'_�7� �JY✓G.w_V/b(�(,b{i✓Q,6•o..Gt Md..in words/i '( •�.f.,V 7 r.+.✓^9 QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedules 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. .LVTr=/ZN,47-/OAIAL P41JrLMEW7 661-u71eW15 _.TII/[• Name of Bidder or Firm CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124105 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 7 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, at 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 4 /LSD 4 a—C_ /P.e.eiG7� 9oZ3 7/c 2. 3. 4. 5. 6. 7. 8. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 LIST OF SUBCONTRACTORS BID FORMS-PAGE 8 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the City of Palm Springs PUBLIC WORKS AND ENGINEERING DEPARTMENT In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS NON-COLLUSION AFFIDAVIT CITY PROJECT NO.04-11 BID FORMS-PAGE 9 1/24105 (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICHARE A PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder $7.tTERNF-r,ouAz, PRt/emEapT SOLCT/oNs one. proposed subcontractor hereby certifies that he has ✓ has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance,U.S.Department of Labor. CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION BID FORMS-PAGE 10 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner,partner, director, officer, manager: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • Has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • Does not have a proposed debarment pending; and • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 DEBARMENT AND SUSPENSION CERTIFICATION BID FORMS-PAGE 11 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant,the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated fiords have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure of Lobbying Activities," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub-recipients shall certify and disclose accordingly. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 NON-LOBBYING CERTIFICATION BID FORMS-PAGE 12 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: FAI a. contract ® a. bid/offer/application ® a. initial b. grant b. initial award b. material change c cooperative agreement c, past-award J. loan For Material Change Only: e. loan guarantee year—quarter— I. loan insurance date of last report 4. Name and Actress of Reporting Entity: 5. If Reporting Entity in No.4 is Subawardee.Enter ® Prime El Subawardee Name and Address of Prime: Tier_, if known .*jNTERAF7'1CNrr+L P,4ve.MC-Mr 501­u—, /0Ao-5 -YNG- P.0.15o;c lD t58 SANS3r=li~�tpRnrNf� , �✓f `IaKa.'S - DES$ Congressional District, if known: Congressional District, ffknown., 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDANumber, ifapplicable 8. Federal Action Number, ifknown: 9. Award Amount, if known: 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (if individual,last name,first name,MI): different from No. 10a) (last name,first name,MI): lql R (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply): 13. Type of Payment(check all that apply) $ ❑ actual planned — a. retainer 12. Form of Payment(check all that apply): / _ b. one-time fee n a. cash N 14 — c, commission / b. in-kind;specify: nature e. contingent fee y e, deferred value — I. other,specify: 14. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s), employee(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s)attached: Yes No ,f 16. Information requested through this form is authorized by Title 31 U.S.C.Sec,on j Signature: �- 1352 this disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was Print Name: BRt&AeY e. ;fE'G E/{ made or entered Into.This disclosure is required pursuant to 31 U.S.C.1352. This information will be reported to the Congress semi-annually and will be available for public inspection.Any person who fails to file the required disclosure Title: shall be subject to a civil penalty of not less than$10,000 and not more than Telephone No.:9AP9-11y-01aI Date:oa?dTfi'6 $100,000 for each such failure. Federal Use Only: I Authorized for LocalRepmduc0on Standard Form-LLL Standard Form LLL Rev.01-03-95 CAM.AMAPOL/\&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124/05 DISCLOSURE OF LOBBYING ACTIVITIES BID FORMS-PAGE 13 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether sub-awardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or sub-award recipient. Identify the tier of the sub-awardee, e.g., the first sub-awardee of the prime is the first tier. Sub- awards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Sub-awardee" then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least: one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA)number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP)number, Invitation for Bid(IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 DISCLOSURE OF LOBBYING ACTIVITIES (INSTRUCTIONS) BID FORMS-PAGE 14 (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Members) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington,D.C. 20503. Sr.LLL-Instmchons Rev.06-04-90,,ENDIFn CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 DISCLOSURE OF LOBBYING ACTIVITIES (INSTRUCTIONS)BID FORMS-PAGE 15 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: -T-WrC z (i AAYl otgXt. ' AVI-KLhA T 501^1 rl 0 0 5 :KIC P.o- pox togs$ P6� a'1 OizLi kvC SAPS 11�6RNiAR-Dt00 CA RQ-'f - a3 - oLtse 2. CONTRACTOR'S Telephone Number:( 9D9 ) '74q-2-101 Facsimile Number: ( cJo9 ) 1G - '7049 3. CONTRACTOR'S License: Primary Classification '7 a° 2,'a, 6 A � (3 State License Number(s) ``7'a.9 Supplemental License Classifications d 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety A'RC fl =#WS . C.D . i Address (-I D VEACL- �r t-t WCtA L- tRL00Ab, V, At.- (� pLlgnllJS eA R ,kZ7­5 Surety Company If}R CL( 11 S . ao . Telephone Numbers: Agent (9 )79O-A345 Surety (Qp9 )•79a-a 3 45 5. Type of Firm (Individual, Partnership or Corporation): CD R- o P-A—, I O A-3 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: pr--Atms C •"t�L�G><[21C�p/rR��. 0AZS C0. XL MOMTECICL0 ,TEKt:('-LttA CV}5a590 3Rr.kTP RiCGL-R ) 'Pt2C-S , i19`1 OO N- AVE. I RL-, TDA)c 0-6 cja359 JJANCN ou> 001 Sic • [a-ia ALI)cR�WooD lrJ• M�tiTnn>E OR 9a? s5 IYI11R� 151+et2 V•YR� ? 13 SAS DICoiklt2i I RC-DLPtJaSy CA- 9a371� CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124/05 BIDDERS GENERAL INFORMATION BID FORMS-PAGE 17 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: a 5' XP-0 rs 9. List at least three related projects completed to date: 4&Aa, Na") 9asg9 a. Owner_&Mlru &pd. �(, ,� Address g1185 CX7"Pgls� Cie. Sou7N1 1`, m5cua,g es1 Contact .IDW "ROGEILS , PE Class of Work A-SfingCr)wuaR,t-Te , 5TRtPE Phone `tD9- aR to -3 h b Contract Amount c18, 571 •412 Project 6YC MOP 15 /N1ESIi- R4. Date Completed 31DT Contact Person W-41-4" Telephone number 1)9 - DA.b -31-7 � flAGn't SPPtA)&S b. Owner n1�JU1h1773 Address P•D1�6X a7/3, )°AGI�7 $femA;6, e,49aa6s Contact BRI.lC6 -Jb NW& 0 Class of Work /�S>°/f!/G�,. &0A1dA&7Z, 67,121,6E Phone -1b0-3a2-8373 Contract Amount'�;/73,9'y9. 7/ Project 69ttr, 01606 O 3/3 Date Completed 8/0 Contact Person 13&cg 725hWMAI Telephone number 7/0 - 3a. 3 - S� 9assn C. Owner every 0,1� TC-AtEdut f?- Address q3 D 0°IltSlnl�Ss fAktiOk., %C-r/Gek4/� P9 Contact ,gg5CMTly1}k-U6Y Class of Work_ " Uc-p.C-rL- Phone9't1- (094 - /v'e1/ Contract Amount oa Project R6-PNPR s Date Completed /p Pto 04-11 Contact Person 5amT NAwc-7 Telephone number 9A-1-69LI-6VII 10. List the name and title of the person who will supervise full-time the proposed work for your firm: ,Ja2Gc C"R/lE/: P o2 e0kyr,2ooks - PROT. 6aP&r-5. 11. Is full-time supervisor an employee contract services ? 12. A recent financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 BIDDER'S GENERAL INFORMATION BID FORMS-PAGE 18 BRANCH OFFICES: —Redlands —Orange County —Nevada AA T —Palm Desert —San Jose —Arizona sor 'r , P.O.Box 10458, San Bernardino, CA 92423-0458 — (909) 794-2101 — 1 (800)826-4163 — Fax (909) 794-7098 Reference List — Public Norte San Bernardino County 385 N. Arrowhead San Bernardino, CA 92415-0184 909-387-8907 Contact Shaldl Patel, AIA Numerous Projects Asnlralt, Concrete. Seal Coat, Striping And Bldg. Construction Contract Range $8745.00 - $117,950.00 GSG Parking Lot ADA IVlorongo Basin Parking Lot $50,804.00 $35,786.00 Start 08-15-02 Complete 08-28-02 Start 10-01-01 Complete 10-3I-01 Old Hall of Records Parking Lot $117,950.00 Start 12-01-02 Complete 1-10-03 Big Bear Justice Parking Lot $33,950.00 Start I1-01-01 Complete 11-30-01 Crestline Sanitation Parking Lot $8,750.00 Start 10-15-01 Complete 10-31-01 Port of San Diego P.O. Box 120488 San Diego, CA 92112-0488 619-725-6086 Contact Jay Maelder or Cyrus Tooslq/ Gallagher Deficiencies—ADA Compliance Asphalt, Concrete, Construction, Striping Base Bid.$90,064.00 c/o $24,770.95 Total Contract $114,834.85 "Toter Complete Optdoor- Maintenance Solution " CA License 4A/13729226•NV License RAD041881 •http://www.pavemeni—solutionz.com Santa Rosa Community Services District 41785 Enterprise Circle South Temecula, CA 92589 909-296-3176 Contact John Rogers, P.E. Numerous Projects Asphalt, Seal Coatinw, Striping Contract Range $5258.25—$170,192.80 Los Gatos Sunset Terrace Base Bid $99,990.00 c/o $11,973.04 Total Contract $111,963.04 Start 01.-05-02 Complete 01-31-02 Various District Roads $5258,25 Start 04-15-02 Complete 04-28-02 Various District Roads $50,975.00 , Start 09-30-02 Complete 11-30-02 Slurry Seal Various Roads Base Bid$170,192.80 c/o $4798.88 Total Contract $174,981.68 Start 10-01-02 Complete 10-31-02 Sandia Creek Drive $162,970.00 Start 12.15-02 Complete 1-15-03 City of Temecula P.O. Box 9033 Temecula, CA 92589 909-694-6444 Contact Susan Jones City Wide Concrete Repairs Base Bid $61,433.00 c/o $4,378.50 Total Contract $65,811.50 Start 02-15-02 Complete 02-28-02 Crafton Dills Community College 44100 8 h Street San Bernardino, CA 92408 909-389-3381 Contact Darnell Covina Parking Lot Repairs Asphalt, Concrete, Seal, Striping Base Bid $340,526.00 c/o $24,679.90 Total Contract $365,205.90 State of California — Patton State Hospital 3012 E. Highland Ave. Highland, CA 92346 916-376-1663 Contact Don Hansen Parking Lot Repairs Asphalt, Concrete, Seal, Striping, Construction Base Bid $383,850.00 c/o $339,831.00 Total Contract $723,681.00 City of Chino — Aguiar Plaza Sixth & D St. Chino, CA 909-591-9831 Contact Mike Kolling Plaza Renovation Asphalt, Concrete Landscape, Striping Base Bid $285,190.00 c/o $34,660.00 Total Contract $319,850.00 AA/ s,f/rye Yr \j�.�•I �` firuti i C f P Springs n City of p g s Deparanent of Public Works and Engineering V �`�".!;.'+•"°0 i� ,AjI% 3200 E. Tahquirz Canyon Way • Palm Springs, California 92262 Tel: (760)323-8253 ' F.ix: (760)322-8360 • Web: www.ci.palm-springs ca.us CITY OF PALM SPRINGS Public Works and Engineering Department P.O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. 1 To all prospective bidders under Specifications for the Camino Amapola and Camino Primrose: Street Improvement Project, City Project No. 04-11 , which are to be received by the Procurement and Contracting Manager of the City of Palm Springs at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on February 23, 2005: L The following change shall be made in Part III - Appendix: Delete the Federal Prevailing Wage Rates, General Decision CA20030036, published January 14, 2005; and replace with Federal Prevailing Wage Rates, General Decision CA20030036, dated February 11, 2005. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. BY ORDER OF THE CITY OF PALM SPRINGS Date: February 14, 2004 City of Palm Springs, California BY 4David J. Barakian, PE / Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 0 Palm Springs, California 92263-2743 (fCc�4: CITY OF PALM SPRINGS, CALIFORNIA PUBLIKC WORKS AND ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 IN THE CITY OF PALM SPRINGS A COMMUNITY DEVELOPMENT BLOCK GRANT(CDBG)PROJECT* January 2005 OF QALM S U cn * O�� m RPORAT EO David J. Barakian, P.E., Director of Public Works/City Engineer Bids Open: February 23, 2005 Dated: January 24, 2005 * This project is funded in its entirety by the U.S. Department of Housing and Urban Development. CITY PROJECT NO. 04-11 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: Qp,OF ESS/Oy Co F. FA9 o c 9�Fz w m r No.c•62254 zu George F. Farago, RE * ExP:9-30-20o6' Associate Civil Engineer CIVI Civil Engineer C 62254 T9T�OF CA1�F0��`P Approved by: ok— David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24105 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 Equal Employment Opportunity Certification Debarment and Suspension Certification Non-Lobbying Certification Disclosure of Lobbying Activities Bid Bond (Bid Security Form) Bidder' s General Information 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 SPECIAL PROVISIONS GENERAL CONTENTS-PAGE 1 PART III -- APPENDIX Federal Supplement Federal Prevailing Wage Rates City of Palm Springs Standard Drawings CDBG Project Sign Dust Control Sign CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO 04-11 1/24/05 SPECIAL PROVISIONS GENERAL CONTENTS-PAGE 2 CITY OF PALM SPRINGS PUBLIC WOEKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS CAM INO AMAPOLA AND CAM INO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Equal Employment Opportunity Certification Debarment and Suspension Certification Non-Lobbying Certification Disclosure of Lobbying Activities Bid Bond (Bid Security Form) Bidder' s General Information Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 PART 1 CONTENTS PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For the construction of CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS - City Project No_ 04-11 . N-1. NOTICE IS HEREBY GIVEN that sealed bids for the CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 2 P.M. on February 23, 2005 at which time they will be opened and,read aloud. N-2. DESCRIPTION OF THE WORK: The Work comprises the construction of asphalt concrete pavement; crushed miscellaneous base; Portland cement concrete curb and gutter, cross-gutter, spandrel, curb return, sidewalk and driveway approaches; removal of existing asphalt concrete pavement and Portland cement concrete improvements; adjustment of sewer manholes to grade; traffic striping, signage and markings; cold planing and grinding of existing asphalt concrete pavement; construction of asphalt rubber hot mix (ARHM) overlay; and all appurtenant work on Camino Amapola and Camino Primrose in Palm Springs. 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 & B and Additive Bid Schedules C & D, 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 sum of Bid Schedules A & B and Additive Bid Schedules C & D, 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 Contractor license at the time of award. 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. N-8. FEDERAL WAGE RATES: The general prevailing rate of wages by the Secretary of Labor are included in the Contract. If there is any difference between the State or Federal wages rates, the Contractor must pay the higher of the 2 rates. N-9. 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24105 NOTICE INVITING BIDS PAGE 1 of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-10. FEDERAL NON-DISCRIMINATION PROVISION: Bidders shall comply with the President's Executive Order No. 11246. N-il. FEDERAL INTEREST EXCLUSION: Any contract or contracts awarded under this Notice Inviting Bids are expected to be funded in part by a grant from the United States Government. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Notice Inviting Bids or any resulting Agreement. This procurement will be subject to regulations contained in 40 CFR Part 33 and 35. N-12. OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $30.00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. (c) An additional fee of $20.00 will be charged for sets of documents sent by mail. N-13. ADDRESS AND MARKING OF SIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Director of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For. . " followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. BY ORDER OF THE CITY OF PALM SPRINGS CITY OF PALM SPRINGS r Date �S/OS BY Q David J. Barakian, P.E. Director of Public Works/City Engineer City of Palm Springs CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1/24/05 NOTICE INVITING BIDS 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 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 1124/05 INSTRUCTIONS TO BIDDERS-PAGE 1 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. (1) 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 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 at 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 expressly or by implication agree that the actual amount of work or material will correspond therewith. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 1124105 INSTRUCTIONS TO BIDDERS-PAGE 2 (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 priorto 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 6 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT-Award of Contract, if it is awarded,will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule,the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other,only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT-The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement,the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may 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. -END OF INSTRUCTIONS TO BIDDERS- CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 1/24/05 INSTRUCTIONS TO BIDDERS-PAGE 3 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS PART II--SPECIAL PROVISIONS CITY PROJECT NO. 04-11 GENERAL CONTENTS-PAGE 1 1/24/05 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 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 . 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 David J. Barakian, P.E. , Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2 .3 Legal address of the City' s Project Representative. - The name and address of the City' s designated Project Representative shall be the Street Maintenance Manager, City of Palm Springs, Public Works and Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO, 04-11 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 1124/05 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 (Last Friday in November) Christmas Eve Day (December 24) Christmas Day (December 25) 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 - CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 1/24/05 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. In the event that a contract is awarded to include Bid Schedules A and B, and Additive Bid Schedules C and D, the Work shall be diligently prosecuted to completion before the expiration of: 30 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items . Contractor shall refer to Section 4- 2 . 2 of ' these Special Provisions for requirements associated with ordering long lead-time items . 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 all of the Bid Schedules awarded. The Work identified in Bid Schedules A and B (either individually or together) shall be diligently prosecuted to completion before the expiration of: 20 WORKING DAYS from the date specified in the Notice to Proceed from the City. In the event that - a contract is awarded to include Additive Bid Schedule C and D (either individually or together) , an additional contract time of 10 working days shall be added to the time of completion, such that if all Additive Bid Schedules are added the Work shall be diligently prosecuted to completion before the expiration of: 30 WORKING DAYS from the day specified in the Notice to Proceed issued by 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 2 -PAGE 1 1124/05 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 Stan- dard Specifications : "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers . If a corporate surety insurer is used, a County Clerk' s certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds . If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995 . 510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5. 2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrep- ancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as list- ed 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 2 -PAGE 2 1/24/05 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 : 112-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TF4PORARY 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 corner record filing, for the existing type of monument in question at the Contractor' s expense. Any existing monument shall not be disturbed until the Contractor' s surveyor maintains a survey location check on all existing monuments, without cost to the City. The Contractor is advised that resetting of monuments shall be the responsibility of the Contractor' s surveyor, without cost to the City. Should the Contractor anticipate disturbance of any survey monuments, it shall notify the Engineer prior to removal . The Contractor shall adjust CAM.AMAPOCA&CAM. PRIMROSE STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 2 -PAGE 3 1124/05 existing monument wells at the locations specified on the drawings (Construction Note No. 6) . The Contractor' s surveyor shall provide and record appropriate Corner Record documents with the Riverside County Surveyor, as required by law. 2-7 SURVEYING - The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications . No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and corner record filing, as required by the Engineer or his representative. 2-8 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. 2-9 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 2 -PAGE 4 1/24/05 Provisions, and the Plans . All labor, materials, and equipment furnished shall be subject to the Engineer' s inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 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 . 2-11 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. 2.12 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 - CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 2 -PAGE 5 1/24/05 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 therefore: 3-2 PAYMENT 3-2 . 1 Markup: The provisions of Subsection 3-3 . 2 . 3 Markup, shall be amended to read as follows: (a) Work by Contractor. The following percentages shall be added to the Contractor' s costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2 .2 Contract Unit Prices : The provisions of Subsection 3-2 . 2 . 1 of the Standard Specifications shall be revised to read as follows : 3-2 .2 .1 (a) Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item. quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2 .2.1 (b) Increases of More Than 25 Percent on Unit Price Contracts : On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer' s Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 3 -PAGE 1 1124/05 the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions . 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 CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 3 -PAGE 2 1/24/05 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. 3-2 .2 . 1 (d) Eliminated Items on Unit Price Contracts: On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 3 -PAGE 3 1/24/05 SECTION 4 -- CONTROL OF MATERIALS 4-1 '.GRADE NAMES OR EQUALS 4-1.1 Substitutions . - Subparagraph 2 of Section 4-1 . 6 of the Standard Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal. " A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals . " - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services,. or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4 .2 MATERIALS 4-2 .1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 Placing Orders. - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract. - END OF SECTION - CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CONTROL OF MATERIALS CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 4 -PAGE 1 1/24/05 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 trunk-line 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. " CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 5 -PAGE 1 1/24/05 (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 : "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 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the City. The Contractor shall verify these locations . During construction of the Work, some of the existing utilities may fall within the prism of trenches . If the existing utility does fall within the Contractor' s trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backf ill and compaction, etc. , shall be per the utility owner' s requirements . The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities . 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. 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. - END OF SECTION -- CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 5 -PAGE 2 1/24/05 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 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Pete Agres, Street Maintenance Manager (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-0167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Larry Moore (760) 778-3603 DESERT WATER AGENCY _ Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Kim Hoover (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Mr. Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 674-5452 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5800 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS PROSECUTION, PROGRESS, CITY PROJECT NO. 04-11 AND ACCEPTANCE OF THE WORK SPECIAL PROVISIONS-SECTION 6 -PAGE 1 1124105 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 CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS PROSECUTION, PROGRESS, CITY PROJECT NO. 04-11 AND ACCEPTANCE OF THE WORK 1/24/05 SPECIAL PROVISIONS-SECTION 6 -PAGE 2 SECTION 7 -- RESPONSIOUTIES OF THE CONTRACTOR 7-1 General. - 7-1 .1 General Requirements The requirements and conditions which the bidder must observe in the preparation of the proposal form and the submission of the bid are provided in these Special Provisions, in Notice Inviting Bids, Instructions to Bidders and Bid Documents . In conformance with Public Contract Code Section 7106, a Non- collusion Affidavit is included in the Proposal . Signing the Proposal shall also constitute signature of the Non-collusion Affidavit. The Contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract . The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts . Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate . Each subcontract signed by the bidder must include this assurance. 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. " CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT-NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 1 1/24/05 7-1 .2 Federal Lobbying Restrictions . — Section 1352, Title 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub-recipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement . If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents . A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal . Standard Form - LLL, "Disclosure of Lobbying Activities, " with instructions for completion of the Standard Form is also included in the Proposal . Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100, 000 . All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors . An event that materially affects the accuracy of the information reported includes : (1) , A cumulative increase if $25, 000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (2) A change in the person (s) or individual (s) influencing or attempting to influence a covered Federal action; or (3) A change in the officer (s) , employees (s) , or Member (s) contacted to influence or attempt to influence a covered Federal Action. 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7-PAGE 2 1124/05 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 . 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 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777 . 5 and 1777 . 6 of the California Labor Code relating to employment of apprentices on public works . 7-6 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. CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7-PAGE 3 1/24/05 7-7 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. 7-8 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 4 feet below the surface, shall be subject to the following conditions : the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions. (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-9 Resolution of Construction Claims. - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7-PAGE 4 1/24105 after receipt of the request . The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, if the amount of the claim is more than $50, 000, but less than $375, 000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than $50, 000, but less than $375, 000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City' s response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first . The City shall schedule the meet and confer conference within 30 days of the request. k, If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-10 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents . 7-11 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 7-11, shall be certified and shall be made available for inspection CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL. CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 5 1/24/05 at all reasonable hours at the principal office of the Contractor on the following basis : 1 . A certified copy of an employee' s payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations . 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7 . 11, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub-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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 6 1/24/05 shall, within 5 working days, provide a notice of any change of location and address . In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee' s address and social security number need only appear on the first payroll on which his or her name appears . The payroll shall be accompanied by a "Statement of Compliance, " signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10, 000, nor be less than $1, 000 .. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-12 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best' s Financial Rating of VII or better, and (3) with companies with a Best' s General Policy Policyholders Rating of not less than A, except that in case of Worker' s Compensation CAM.AMAPOIA&CAM. PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 7 1/24105 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. 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 CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 8 1/24/05 7-13 PERMITS 7-13 .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. 7-13.2 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. All other provisions of Section 7-5 of the Standard Specifications shall remain in force. 7-14 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 7-16 of these Special Provisions . The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor' s bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 7-15 IIUST CONTROL 7-15.1 General A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECIr NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 9 1/24105 cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefor. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the project, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer. 7-15 .2 Dust Control Sign Requirements 7-15 .2 . 1 Sign Materials and Fabrication. - The Contractor shall construct, erect, and maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the Contractor shall maintain the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. The sign board shall be minimum 3-foot wide by 2-foot high, constructed as follows : a. 3/4" High Density Overlay exterior type plywood, Grade designation APA HDO EXT. b. Two 4" x 4" posts securely buried not less than 36 inches into the ground. No concrete shall be used to secure the sign posts . The posts shall be treated' with linseed replacement oil tinted with redwood stain. C. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post . d. The front surface of the sign should be painted in the contrasting colors of a white background with black lettering. All paint shall be weather-proof non fading enamel. e. Commercially prepared metal signs :mounted on steel posts are also acceptable . f. For large projects, signs shall be installed at 300 feet spacing along adjacent streets, or as required by the City Engineer. No handwritten signs will be accepted. Stenciled or professionally prepared signs are required. 7=15 .2 .2 Sign Installation. - The sign shall be installed such that members of the public can easily view, access, and read the sing at all times and shall be located along the street frontage such that it will not be subject to damage from equipment or vehicles working at the project site. Additionally: a. The lower edge of the sign shall be mounted a minimum of 2 feet above existing ground level for easy viewing. b. On the construction site the sign should be positioned so as to be visible from all major streets. c. For construction projects that are developed in phases, the sign should be relocated to the areas which are under active construction. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 10 1/24/05 7-15 .2 .3 Sign Lettering. - The sign shall contain the following words in the top portion of the sign in minimum 3/4" high, bold face type letters : Project Name: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS Contractor: City Project No: 04-11 The sign shall contain the following words in the largest, minimum 1'-2", bold face type letters : TO REPORT BLOWING DUST FROM THIS PROJECT CALL: (XXX) XXX-XXXX The Contractor shall provide its Superintendent' s or Project Manager' s 24 hour telephone number. Underneath in smaller, min. 3/8" bold face type letters shall be the following words : I£ you do not get a response within one hour, please call: 8:00 a.m.-5:00 p.m. Monday through Friday: (760) 323-8242 Palm Springs Public Works and Engineering Department After hours or weekends: (760) 323-8115 Palm Springs Police Department Or call A.Q.M.D. : 1-800-288-7664 The sign planning, appearance, and layout shall substantially conform to the sketch included in Appendix A, and shall be subject to the approval of the Engineer. The sign shall be placed into its final position as a part of the work of Initial Mobilization, as specified in Section 9. 7-15 .2 . 4 Sign Maintenance. - Dust Control Sign shall be maintained in good condition by the Contractor at all times during the entire contract. In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. 7-15 .2 .5 Payment. - Full compensation for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. - END OF SECTION - CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 7 -PAGE 11 1/24/05 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1 . 1 Payment. - Payment for the various items of the Bid Sheet (s) , as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U. S . Department of Labor (OSHA) . No separate payment will be made for any item that is not specifically set forth in the Bid Sheet (s) , and all costs therefor shall be included in the prices named in the Bid Sheet (s) for the various appurtenant items of work. 9-1 .2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 'percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor' s conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 . Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor' s work, together with releases of lien from any subcontractor or material-men. 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3. 1 shall be DELETED and the following substituted therefor: CAM.AMAPOIA&CAM.PRIMROSE STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 9 -PAGE 1 1/24/05 After acceptance of the Work, or incremental portions of the Work, by the City, the amount deducted from partial payments and retained by the City will be processed for payment to the Contractor, except for such 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 or lump sum prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items . 9-2 .2 Initial Mobilization. Measurement for payment for initial mobilization will be based upon- completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 25 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheets under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, non- proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work .included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items : 1 . Moving onto the site of all Contractor' s plant and equipment required for the first month' s operations . 2 . Installing temporary construction power, wiring, and lighting facilities per Paragraph 7-8 . 5, "Temporary Light, Power; and Water" of the Standard Specifications and these Special Provisions. 3 . Providing, on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8 . 4, "Sanitation" of the Standard Specifications. 4 . Obtaining and paying for all required bonds, insurance, and permits. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 9 -PAGE 2 1/24/05 5 . Posting all OSHA-required notices, and establishment of OSHA-approved safety programs . 6. Having the Contractor' s superintendent at the job site full-time. 7 . Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications . 8 . Installing and maintaining Dust Control Sign and CDBG Project Sign. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5 . 3, "Shop Drawings and Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. - END OF SECTION - CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 04-11 SPECIAL PROVISIONS-SECTION 9 -PAGE 3 1/24/05 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1 . 1 CONSTRUCTION PROJECT FUNDING IDENTIFICATION SIGNS . Before any major physical construction work readily visible to highway users is started on this contract, the Contractor shall erect two (2) Construction Project Funding Identification Signs at the locations designated by the Engineer. The signs shall be in accordance with the details contained within the Appendix A (CDBG Project Sign) of these Special Provisions. The signs shall be kept clean and in good repair by the Contractor. Upon completion of the work, the signs shall be removed and shall become the property of the City. The signs shall be delivered to the City of Palm Springs Corporation Yard. Full compensation for furnishing, erecting, maintaining, and removing the construction project funding identification signs shall be considered as included in the contract lump sum price paid for mobilization and no additional compensation will be allowed therefore. 10-1.2 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1. Measured depths of elements in relation to fixed datum points . 2 . Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 3 . Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications . 5. Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans . CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10-PAGE 1 The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractor' s progress payment will not be approved unless project record drawings are current. 10-1 . 3 LOCATION OF THE WORK The location of the work is Camino Amapola and Camino Primrose west of Calle Amigos in Palm Springs, California. 10-2 TRAFFIC CONTROL 10-2 .1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety, " of the Standard Specifications . 10-2 .2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2 .3 Construction Signing, Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE 'WORK ZONES" dated 1996, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2 .4 Temporary No Parking Signs . - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 10-2 .5 Notice to Property Owners. - The Contractor shall notify the property owners or occupants of affected properties CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/2 412 0 0 5 SPECIAL PROVISIONS-SECTION 10 -PAGE 2 with a written notice 48 hours prior to the beginning of construction. Said notice shall be prepared_ and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties . 10-2 . 6 Traffic Disruptions. -- For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. 10-2 .7 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open at all times. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2 .8 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the Special Provisions, or as directed by the Engineer. Payment for such work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2 . 9 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. Local access shall be maintained to all properties fronting the Work. 10-2 .10 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. 10-2 .11 Pedestrians. - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 3 Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2 .12 Public Safety During Non-Working Hours. - Notwith- standing the Contractor' s primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-2 .13 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions . Payment for traffic control shall be considered as included in the lump sum' bid item for "Traffic Control" and no additional compensation will be allowed therefore. 10-3 'EARTHWORK 10-3 .1 CLEARING AND GRUBBING. All clearing and grubbing shall conform to Sections 300-1 . 1, 300- 1 .2, and 300-1 . 3 of the Standard Specifications. Clearing and grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. 10-3.1.1 Existing Facilities. - It shall be the Contractor' s responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc. , that is not slated for removal as part of the Contract, repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents . The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10-PAGE 4 10-3 .1 -2 Rights of Way. - The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefore from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same. Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. Approval of Repairs. - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. 10-3.1.3 Payment. - Payment for Clearing and Grubbing shall be considered as included in the various bid items of work and shall constitute full compensation for removal and disposal of all resulting materials as shown on the plans and required in the Standard Specifications and these special provisions and as directed by the Engineer. 10-3 .2 REMOVALS 10-3 .2 .1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner' s approval. 10-3.2 .2 Asphalt Concrete Pavement. - Removal of existing asphalt concrete pavement, including asphalt concrete driveways, CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 5 shall be done to neatly sawed edges, as shown on the plans or as directed by the Engineer. Payment for removal of asphalt concrete pavement will be made at the unit price bid per square foot for "Remove Existing Asphalt Concrete Pavement", which price shall include full compensation for saw-cutting, removal, and disposal thereof, and no additional compensation will be allowed therefore. 10-3 .2 .3 Portland Cement Concrete - Portland cement concrete shall be removed to neatly sawed edges, with saw cuts made to a minimum depth of one-half the thickness of said concrete. Concrete shall be saw-cut to the nearest cold joint, weakened plane joint, or expansion joint in all directions, regardless of panel size or the distance from saw-cut to joint. Payment for removal of Portland cement concrete improvements will be made at the unit price bid per square foot for "Remove Existing Portland Cement Concrete Improvements",, which price shall constitute full compensation for saw-cutting, removal and disposal of all resulting materials and no additional compensation will be made therefore. Payment for removal of Portland cement concrete curb and gutter will be made at the unit price bid per linear foot for "Remove Existing Curb and Gutter", which price shall constitute full compensation for saw-cutting, removal and disposal of all resulting materials and no additional compensation will be made therefore . 10-3 .2 .4 . Palm Tree Removal - The existing palm tree in front of the property located at 1345 Camino Primrose will be removed only if necessary for the sidewalk construction. Following the Contractor' s measurements and staking, depending on the available width for the sidewalk (to meet the minimum ADA requirements) , the Engineer will decide if the palm tree will be removed or not. If the removal is required, the payment well be made at the unit price bid for "Remove Existing Palm Tree" which price shall constitute full compensation for removal. and disposal of all resulting materials and no additional compensation will be made therefore. 10-3 .3 COLD PLANING 10-3 .3 .1 General - Existing asphalt concrete pavement shall be cold planed in a triangular cross-section to a maximum depth of 1," or 11­5", in conformance with the header cut details shown on the plans. All cold planing shall be done in accordance with Section 302-5. 2 of the Standard Specifications. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10-PAGE 6 The Contractor' s attention is directed to the fact that in some areas, existing asphalt concrete pavement is in excess of 114 inch above existing edge of gutter. Where cold planing is done normal to traffic, the header cuts shall be filled with temporary AC or AC grindings to form a ramp in the header cut at least 5 feet wide, after the cold planing, before the street is opened to traffic. This temporary ramp shall be removed prior to placement of the overlay. 10-3.3 .2 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the Preconstruction Conference. The Contractor will not be allowed to stockpile removal material on adjacent lots with or without the property owner' s approval. 10-3 .3. 3 Payment - Payment for cold planing header cuts shall be made at the unit price bid per square foot for "Cold Plane Existing Asphalt Concrete Pavement", which price shall constitute full compensation for grinding to various depths in accordance with detail A, and B shown on the plans, and removal and disposal of all resulting materials, and no additional compensation shall be allowed therefore. No additional compensation will be allowed for areas where asphalt concrete has been built up above the gutter lip. 10-3.4 UNCLASSIFIED EXCAVATION 10-3 .4 . 1 Unclassified Excavation. - Unclassified excavation shall consist of all excavations, including roadways unless separately designated. 10-3 .4 .2 Selected Materials . - The text of Subsection 300-2 . 7 of the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted. " 10-3. 4 .3 Payment. - Payment for all unclassified excavation, including roadway excavation, shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10-PAGE 7 10-3.5 UNCLASSIFIED FILL 10-3 .5.1 Unclassified Fill. - The Work shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications . However, the top 24 inches of subgrade and topsoil shall have a minimum relative compaction of 95 percent. 10-3 .5.2 Payment. - Payment for all unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. NOTE: No calculation or estimate has been prepared for earthwork related to roadway excavation and/or unclassified fill necessary to construct the proposed street improvements . All estimates for roadway excavation and unclassified fill shall be the Contractor' s responsibility, and payment shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. 10-4 SUBGRADE PREPARATION 10-4. 1 Subgrade Preparation. Preparation of subgrade shall conform to Section 301-1 . 2 of the "Greenbook" Standard Specifications . The subgrade shall have a minimum thickness of 24 inches . Pavement is to be placed on a crushed miscellaneous base. The top 24 inches of subgrade material shall be compacted to a relative compaction of 95 percent in accordance with the City of Palm Springs Street Pavement Requirements Standard Drawing Number 110 . However, subgrade material where curb, gutter, and sidewalk is to be laid shall be compacted to a relative compaction of 90 percent in agreement with Section 301-1. 3 of the "Greenbook" Standard Specifications . There ,are sewer manholes and water valves within the project. The Contractor shall adjust them to finished grade. 10-4 .1.1 Grade Tolerance. Immediately prior to placing subsequent layers of ,material thereon, the grading plane, at any point, shall not vary more than 0. 05 feet above or below the grade established on the project plans. 10-4 .1.2 Watering. Water for use in subbase preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits . Water shall be applied to compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 8 10-4 .1.3 Payment. - Payment for preparation of subgrade shall be considered as included in the item of work for which the subgrade is prepared. 10-5 CRUSHED MISCELLANEOUS BASE 10-5.1 Material. All base material shall be crushed miscellaneous base that has been imported to the site. Base material shall conform to Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications . 10-5 .2 Preparation. - Preparation of the base material shall conform to Section 301-2 "Untreated Base" of the Standard Specifications. 10-5.3 Payment. - Payment for crushed miscellaneous base shall be made at the unit price Bid per square foot for "Construct 4" Crushed Miscellaneous Base". Payment shall include full compensation for construction of crushed miscellaneous base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions . 10-6 ASPHALT CONCRETE 10-6.1 Asphalt Concrete Pavement. Asphalt concrete pavement shall be laid in one lift of 21-�" and 2" thickness as required and indicated on the project drawings. The material shall conform to type C2-AR4000 asphalt concrete pavement. This mixture of asphalt concrete shall be placed on a prepared base. All asphalt concrete pavement construction shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications . 10-6.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. 10-6.3 Tack Coat. Tack coat shall be a SS-1h emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to placement of new asphalt concrete. The cost of tack coat shall be included in the price for asphalt concrete, and no additional payment will be made therefore. 10-6.4 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5. 5 "Distribution and Spreading" and Section 302-5. 6 "Rolling" of the Standard Specifications . CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 9 10-6.5 Adjustment of Manholes to Grade. Sewer manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard Drawing No. 402 . During adjustment, the Contractor shall cover all sewer mainlines to prevent construction debris from falling into the systems. The Contractor shall be responsible for all construction debris that enters the sewer system, and shall clean and flush all debris from the systems to the satisfaction of the City Engineer. 10-6. 6 Payment. Asphalt Concrete Pavement. Payment for asphalt concrete pavement will be made at the unit price bid per square foot for "Construct 2 '-� " A. C. Pavement" and "Construct 2" A.C. Pavement" as shown on the plans, as specified in the standard specifications, in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be included in the unit price bid for asphalt concrete pavement. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance with the standard specifications and these special provisions. Adjustment of Manholes. Payment for adjustment of sewer manholes to grade shall be made at the contract unit price per manhole for "Adjust Sewer Manhole to Grade" per City of Palm Springs Std. Dwg. 402, complete in place, including protection and cleaning of the existing sewer, all excavation, backfill, removal and replacement of manhole frame and cover, removal and/or addition of filler rings, mortar, disposal of waste or excess materials, as required in C. P. S. Std. Dwg. 402 and as directed by the Engineer. 10-7 ASPHALT-RUBBER HOT MIX (ARHM) OVERLAY.' 10-7.1 General - Asphalt-Rubber Hot Mix overlay shall conform to Section 203-11, "Asphalt-Rubber Hot Mix (ARHM) - Wet Process" of the Standard Specifications, and shall be class ARHM-GG-C. The asphalt used for asphalt-rubber shall be AR 4000 conforming to section 203-1 and shall be modified with an asphalt modifier. The amount of crumb rubber made from California waste tires per ton of rubberized asphalt concrete shall be minimum 24 lb/ton. In the event the manufacturer of the asphalt-rubber binder is an entity other than the prime contractor, the manufacturer shall be listed in the Bid as a subcontractor and shall be required to CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/2 412 0 0 5 SPECIAL PROVISIONS-SECTION 10 -PAGE 10 submit a certificate of compliance. Also, the Contractor shall indicate the amount paid for rubberized asphalt materials and the number of California waste tires diverted from the waste stream as a result of the project completion. 10-7.2 Tack Coat - Tack coat shall be a SS-lh emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for ARHM overlay, and no additional payment will be made therefore. 10-7 .3 Distribution and Spreading - All ARHM overlay work shall comply with Section 302-9 "Asphalt Rubber Hot Mix (ARHM) " of the Standard Specifications . ARHM shall not be placed when atmospheric temperature is below 18 degrees C (65 degrees F) or during unsuitable weather, or when pavement temperature is below 15 degrees C (60 degrees F) . The Contractor shall provide surface temperature readings with an infrared heat measurement device when requested by the Engineer. 10-7 .4 Payment - Payment of ARHM shall be made at the unit price bid per square foot for "Construct lli�" ARHM Overlay" in the Bid Schedules . Such price shall include full compensation for furnishing and placing materials required, and for all labor, equipment, tools, and incidentals needed to complete the work in place, and no additional payment will be allowed therefore. 10-8 PORTLAND CEMENT CONCRETE 10-8.1 Material. Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new curb & gutter, driveway, and sidewalk. Where class and type are not specified in the standard drawings or plans, Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction. 10-8 .2 Curb and Gutter. Construction of new curb and gutter shall conform to the City of Palm Springs Curb and Gutter Standard Drawing Number 200 . Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. Type A2-6 Curb and Gutter shall be constructed to the dimensions as specified in the City' s Standard Drawing but, application details and other specifications not explicitly shown or stated in the City' s Standard Drawing, shall conform to Section 303-5 of the Standard Specifications . 10-8 .3 Curb Transition Curb transitions shall be constructed of Portland cement concrete of type 560-C-3250 (6 Sack) , per City of Palm Springs Standard Drawing Number 209, where indicated on the Construction Plans . CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO,04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 11 10-8 . 4 Cross-Gutter. Construction of cross-gutters shall conform to the City of Palm Springs Standard Drawing Number 200 . Type D-1 ( 6' wide) cross-gutter shall be constructed to the dimensions as specified in the Standard Drawing. Reference shall be made to the Construction Plans for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications . 10-8 .5 Spandrel and Curb Return. Spandrel and curb return shall be constructed in accordance with the City of Palm Springs Standard Drawings No. 206 and No. 212 (for curb return depression) . Reference shall be made to the Construction Plans for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications . 10-8 . 6 Sidewalk. Sidewalk material shall be Portland Cement Concrete of type 560-C-3250 ('6 Sack) . Construction of sidewalk shall conform to the City of Palm Springs Standard Drawing No. 210 and Construction Plans which provide sidewalk thickness requirements, and special notes for construction. The Construction Plans indicate where sidewalk is to be installed. Application details and other specifications not explicitly stated or shown in either Standard Drawings or the Construction Plans shall conform to Section 303-5 of the Standard Specifications . 10-8 .7 Driveway Approaches. Construction of driveway approaches shall conform to the City of Palm Springs Driveway Approach Standard Drawing Number 201 and Modified Driveway Approach Drawing Number 202 . The details specified in these drawings shall govern but, application details and other specifications not explicitly stated or shown on these drawings, or on the Construction Plans shall conform to Section 303-5 of the 'Standard Specifications . 10-8 . 8 Adjustment of Gas Valve Can and Cover to Grade. The Contractor shall adjust and/or replace the gas valve cans and covers to grade where shown on the plans . The Gas Company will provide new cans and lids at the Contractor' s request (contact Mr. Bruce Waddell at 909-335-7507) . 10-8 . 9 Vandalism. The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-8 .10 Payment. - Payment for construction of Portland Cement Concrete items will be based on the unit prices bid for the items shown in the bid schedule, for P.C. C. items constructed complete in place as shown on the plans, as specified in the Standard CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/05 SPECIAL PROVISIONS-SECTION 10-PAGE 12 Specifications and in these special provisions and as directed by the Engineer. Curb and Gutter: Payment for 6" curb & gutter shall be made at the unit price Bid per linear foot for "Construct Type A2-6 Curb & Gutter" complete in place as shown on the plans, as specified in the Standard Specifications and in these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore . Curb Transition: Payment for curb transitions shall be made at the unit price Bid per linear foot for "Construct Curb Transition" complete in place as shown on the plans, as specified in the Standard Specifications and in these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore . Cross-Gutter: Payment for concrete Cross Gutter per City of Palm Springs Std. Drawing 200 Type D-1 shall be made at the unit price Bid per square foot for "Construct Curb Return, Spandrel and Cross-gutter" and no additional compensation will be allowed therefore. Spandrel and Curb Return: Payment for concrete spandrel and curb return shall be made at the unit price Bid per square foot for "Construct Curb Return, Spandrel and Cross-gutter" per C. P. S . Std. Dwg. 206. The area measured and paid for at this unit price includes the spandrel and curb return. Sidewalk: Payment for construction of concrete sidewalk shall be made at the unit bid price per square foot for "Construct 4 " P. C. C. Sidewalk, " complete in place as shown on the plans, as specified in the Standard Specifications and in these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore . Driveway Approaches: Payment for construction of driveway approaches shall be made at the unit bid price per square foot for "Construct P. C. C. Driveway Approach, " complete in place as shown on the plans, as specified in the Standard Specifications and in these Special Provisions, and as directed by the Engineer, and nb additional compensation will be allowed therefore. Adjustment of Gas Valve Can and Cover. Payment for adjustment of water valve cans and covers to grade shall be considered as included in the unit price bid for "Adjust Gas Valve Cover to Grade" and no additional compensation will be allowed therefore. Payment for P. C.C. items shall include full compensation for construction of P. C.C. items including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, CAM.AMAPOLA&GAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/05 SPECIAL PROVISIONS-SECTION 10- PAGE 13 finishing, and protecting, complete in place, in accordance with the standard specifications and these special provisions . No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. 10-9 SIGNAGE 10-9 .1 Signs. - The Contractor shall be responsible for the removal and relocation of all existing signs and posts which interfere with the Work, and for the installation of new regulatory signs and posts as shown on the Drawings and as specified in the Special Provisions . The Contractor shall execute the utmost care to not damage the existing signs, and the Contractor shall replace any damaged signs at its expense. 10-9.2 Sign Removal and Relocation. - - The Contractor shall notify the Engineer 2 working days in advance of specific locations in which existing signs may require removal or relocation due to construction. The Contractor shall provide and install any new posts and sleeves per the City' s Standard Drawing No. 620, on the same working „ day at any one location or intersection. 10-9.3 Sign Post and Sleeve Installation. -- Relocated signs shall be installed using new telespar posts and anchor sleeves where shown on the Drawings . Sign posts shall be 2-inches wide by 2-inches deep and ofsufficient length to extend from the top of the sign (s) to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 feet of clearance between the finished grade elevation and the bottom of the lowest sign. The anchor sleeve shall extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2-1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing 2 "Unistrut, " No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive rivets specified herein. Should any stop signs require removal, the Contractor shall temporarily re- erect them out of the immediate area of the Work, but at a location clearly visible and obvious to all pedestrian and vehicular traffic. 10-9.4 Payment. Payment for new signage shall be made at the unit price bid for "Install Type R1 Sign" complete and fully installed, as indicated on the plans, as specified in the Standard Specifications and these special provisions, and shall include full compensation for providing and installing new signs and new telespar posts & sleeves, and all other appurtenant work. CAM.AMAPOLA&CAM. PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 14 Payment for relocation of signs shall be made at the unit price bid for "Relocate Existing Sign, " installed as specified in the standard specifications and these special provisions, and shall include full compensation for removal and installation of signs, providing new telespar posts & sleeves for installation, and all other appurtenant work. 10-10 STRIPING AND PAVEMENT MARKING 10-10. IL Pavement Markings -- Pavement markings shall conform to the provisions in Section 210-1 . 6. 1 "General" and 210-1 . 6. 2 "Thermoplastic Paint, State Specifications, " of the Standard Specifications and these Special Provisions . 10-10 .2 Applying Pavement Markings -- Traffic legends and stop bars shall be applied in accordance with section 310-5. 6 of the Standard Specifications at the locations shown on the plans and as directed by the Engineer. The Contractor shall contact the Street Maintenance Superintendent of the City at (760) 322-8364 ext. 8503 a minimum of 2 working days before any legends are painted on City streets, to ensure that the patterns the Contractor is using match the patterns used by the City. No other patterns will be allowed to be used except those patterns that match the City' s . 10-10 .3 Removal of Existing Pavement Markings . Pavement markings to be removed shall be as shown on the Drawings or as designated by the Engineer. The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not shown on the Drawings, by such methods as sandblasting, or grinding. Where sandblasting or grinding is used for the removal of pavement markings, or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. 10-10.4 Payment. Payment for striping and markings shall be made at the lump sum price bid for "Traffic Striping and Markings", and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing work involved in completing this operation as described in these Special Provisions and as directed by the engineer. No other compensation shall be given therefore. 10-11 MISCELLANEOUS FACILITIES 10-11.1 Mailboxes - Mailboxes shall be removed and installed as shown on the plans, in accordance with City of Palm Springs CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO,04-11 CONSTRUCTION DETAILS 112412005 SPECIAL PROVISIONS-SECTION 10 -PAGE 15 Standard Drawing No. 903 . New posts and mailboxes shall be provided at each location. Old mailboxes and posts shall be disposed of. All new mailboxes shall be white and the same make and model . New mailboxes shall be placed the same day that existing mailboxes are removed. Access to the mailboxes for delivery and pick-up of mail shall be maintained at all times. Payment for mailbox removal and installation shall be made at the unit price bid for "Remove Existing Mailbox and Install New Mailbox", and shall include full compensation for all work specified in these Special Provisions, including furnishing and installing the new mailboxes, posts, disposing of old mailboxes and posts and temporary relocation of mailboxes as required to maintain delivery service. END OF SECTION - CAM.AMAPOLA&CAM.PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO.04-11 CONSTRUCTION DETAILS 1/24/2005 SPECIAL PROVISIONS-SECTION 10 -PAGE 16 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS CITY PROJECT NO. 04-11 Federal Supplement - Federal Labor Standards Provisions - Contractor(s) Certification - Certification of Bidder - Section 3 of H.U.D. Act of 1968 Federal Prevailing Wage Rates City of Palm Springs Standard Drawings - Sid. Dwg. No. 110 - Street Pavement Requirements - Sid. Dwg. No. 200 - Curb and Gutter - Sid. Dwg. No. 201 - Driveway Approach - Std. Dwg. No. 206 = Curb Return, Spandrel & Cross-Gutter - Sid. Dwg. No. 209 - Curb Transition - Sid. Dwg. No. 210 - Sidewalk Widths - Std. Dwg. No. 212 - Curb Ramp Detail - Type A - Sid. Dwg. No. 402 - Top of Manhole Detail - Std. Dwg. No. 620 - Stop Sign Installation - Sid. Dwg. No. 624 - Sign Installation - Sid. Dwg. No. 625 - Traffic Legend Detail - Std. Dwg. No. 903 - Mail Box Installation Detail CDBG Project Sign Dust Control Sign CAM.AMAPDXA&CAM. PRIMROSE STREET IMPROVEMENTS CONTENTS CITY PROJECT NO.04-11 PART III 1/24/05 Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Applicability The Project or Program to which the construction work covered by istration, U.S. Department of Labor, Washington, D.C. 20210. The this contract pertains is being assisted by the United States of America Administrator, or an authorized representative, will approve, modify, and the following Federal Labor Standards Provisions are included in or disapprove every additional classification action within 30 days of this Contract pursuant to the provisions applicable to such Federal receipt and so advise HUD or its designee or will notify HUD or its assistance, designee within the 30-day period that additional time is necessary. A. 1. (1) Minimum Wages. All laborers and mechanics employed (Approved by the Office of Management and Budget under OMB con- or working upon the site of the work(or under the United States Hous- trol number 1215-0140.) ing Act of 1937 or under the Housing Act of 1949 in the construction (c) In the event the contractor, the laborers or mechanics to be em- or development of the project), will be paid unconditionally and not ployed in the classification or their representatives, and HUD or its less often than once a week, and without subsequent deduction or re- designee do not agree on the proposed classification and wage rate bate on any account (except such payroll deductions as are permitted (including the amount designated for fringe benefits, where appropri- by regulations issued by the Secretary of Labor under the Copeland ate),HUD or its designee shall refer the questions,including the views Act (29 CFR Part 3), the full amount of wages and bona fide fringe of all interested parties and the recommendation of HUD or its desig- benefits (or cash equivalents thereof@ due at time of payment com- nee, to the Administrator for determination. The Administrator,or an puted at rates not less than those contained in the wage determination authorized representative, will issue a determination within 30 days of the Secretary of Labor which is attached hereto and made a part of receipt and so advise HUD or its designee or will notify HUD or its hereof, regardless of any contractual relationship which may be al- designee within the 30-day period that additional time is necessary. leged to exist between the contractor and such laborers and mechan- (Approved by the Office of Management and Budget under OMB Con- ics. Contributions made or costs reasonably anticipated for bona fide trol Number 1215-0140.) fringe benefits under Section l(b)(2) of the Davis-Bacon Act on be- half of laborers or mechanics are considered wages paid to such la- t The wage rate (including fringe benefits where appropriate) de- termined pursuant to subparagraphs (1)(b) or (c) of this paragraph, borers or mechanics,subject to the provisions of 29 CFR-5.5(a)(1)(iv); shall be paid to all workers performing work in the classification on also, regular contributions made or costs incurred for more than a der this contract from the first day on which work is performed in the weekly period (but not less often than quarterly) under plans, funds, classification. or programs,which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period. (ifi) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not Such laborers and mechanics shall be paid the appropriate wage rate expressed as an hourly rate, the contractor shall either pay the benefit and fringe benefits on the wage determination for the classification of as stated in the wage determination or shall pay another bona fide work actually performed, without regard to skill, except as provided fringe benefit or an hourly cash equivalent thereof. in 29 CFR Part 5.5(a)(4).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified (iv) If the contractor does not make payments to a trustee or other for each classification for the time actually worked therein:Provided, third person, the contractor may consider as part of the wages of any That the employer's payroll records accurately set forth the time spent laborer or mechanic the amount of any costs reasonably anticipated in each classification in which work is performed. The wage deleted- in providing bona fide fringe benefits under a plan or program, Pro- nation (including any additional classification and wage rates con- vided, That the Secretary of Labor has found, upon the written re- formed under 29 CFR Part 5.5(a)(1)(H) and the Davis-Bacon poster quest of the contractor, that the applicable standards of the Davis- (WH-1321)shall be posted at all times by the contractor and its sub- Bacon Act have been met. The Secretary of Labor may require the contractors at the site of the work in a prominent and accessible,place contractor to set aside in a separate account assets for the meeting of where it can be easily seen by the workers. obligations under the plan or program. (Approved by the Office of (if) (a) Any class of laborers or mechanics which is not listed in the Management and Budget under OMB Control Number 1215-0140.) wage determination and which is to be employed under the contract 2. Withholding. HUD or its designee shall upon its own action or shall be classified in conformance with the wage determination. HUD upon written request of an authorized representative of the Depart- shall approve an additional classification and wage rate and fringe ment of Labor withhold or cause to be withheld from the contractor benefits therefore only when the following criteria have been met: under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis- (1) The work to be performed by the classification requested is not Bacon prevailing wage requirements,which is held by the same prime performed by a classification in the wage determination; and contractor so much of the accrued payments or advances as may be (2) The classification is utilized in the area by the construction in- considered necessary to pay laborers and mechanics, including ap- dustry; and prentices, trainees and helpers, employed by the contractor or any (3) The proposed wage rate,including any bona fide fringe benefits, subcontractor the full amount of wages required by the contract In the bears a reasonable relationship to the wage rates contained in the wage event of failure to pay any laborer or mechanic,including any appren- determination, lice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing in thea classification (if known), or their representativess,, and HUD or (b) the contractor and the laborers and mechanics be employed Act of 1949 in the construction or development of the project), all or its designee agree on the classification and wage rate (including the part of the wages required by the contract,HUD or its designee may, amount designated for fringe benefits where appropriate),a report of after written notice to the contractor, sponsor, applicant, or owner, the action taken shall be sent by HUD or its designee to the Adminis- take such action as may be necessary to cause the suspension of any trator of the Wage and Hour Division, Employment Standards Admin- further payment, advance, or guarantee of funds until such violations form HUD-4010(2/84) Previous edition is obsolete Page 1 of 4 ref.Handbook 1344.1 have ceased. HUD or its designee may, after written notice to the (3) That each laborer or mechanic has been paid not less than the contractor,disburse such amounts withheld for and on account of the applicable wage rates and fringe benefits or cash equivalents for the — oontractor or subcontractor to the respective employees to whom they classification of work performed, as specified in the applicable wage are due. The Comptroller General shall make such disbursements in determination incorporated into the contract. the case of direct Davis-Bacon Act contracts. (c) The weekly submission of a properly executed certification set 3. (1) Payrolls and basic records. Payrolls and basic records relat- forth on the reverse side of Optional Form WH-347 shall satisfy the ing thereto.shall be maintained by the contractor during the course of requirement for submission of the"Statement of Compliance"required the work preserved for a period of three years thereafter for all labor- by paragraph A.3.(ii)(b) of this section. ers and mechanics working at the site of the work(or under the United (d) The falsification of any of the above certifications may subject — States Housing Act of 1937. or under the Housing Act of 1949,in the the contractor or subcontractor to civil or criminal prosecution under construction or development of the project). Such records shall con- Section 1001 of Title 18 and Section 231 of Title 31 of the United tain the name,address,and social security number of each such worker, States Code, his or her correct classification,hourly rates of wages paid(including (III) The contractor or subcontractor shall make the records required — rates of contributions or costs anticipated for bona fide fringe ben- under paragraph A.3.(i)of this section available for inspection,copy- efits or cash equivalents thereof of the types described in Section 1(b)(2)(B)of the Davis-bacon Act),daily and weekly number of hours ing,or transcription authorized representatives HUD of its des- — ignee or the Department of Labor, and shall permit t such rcprosenta- worked, deductions made and actual wages paid. Whenever the Sec- tives to interview employees during working hours on the job. If the rotary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages contractor or subcontractor fails to submit the required records or to of any laborer or mechanic include the amount of any costs reason- make them available,HUD or its designee may, after written notice to ably anticipated in providing benefits under a plan or program de- the contractor, sponsor, applicant or owner, take such action as may scribed in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor be necessary to cause the suspension of any further payment advance, shall maintain records which show that the commitment to provide or guarantee of funds. Furthermore, failure to submit the required — such benefits is enforceable, that the plan or program is financially records upon request or to make such records available may be grounds responsible, and that the plan or program has been communicated in for debarment action pursuant to 29 CFR Part 5.12. — writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such ben- 4. Apprentices and Trainees. efits. Contractors employing apprentices or trainees under approved (i) Apprentices. Apprentices will be permitted to work at less than — programs shall maintain written evidence of the registration of ap- the predetermined rate for the work they performed when they are prenticeship programs and certification of trainee programs, the reg- employed pursuant to and individually registered in a bona fide ap- ._ istration of the apprentices and trainees,and the ratios and wage rates preaticeshlp program registered with the U.S. Department of Labor, prescribed in the applicable programs. (Approved by the Office of Employment and'Training Administration, Bureau of Apprenticeship — Management and Budget under OM B Control Numbers 1215-0140 and Training, or with a State Apprenticeship Agency recognized by and 1215-0017.) the Bureau, or if a person is employed in his or her first 90 days of (u) (a) The contractor shall submit weekly for each week in which probationary employment as an apprentice in such an apprenticeship — any contract work is performed a copy of all payrolls to HUD or its program, who is riot individually registered in the program, but who designee if the agency is a party to the contract, but if the agency is has been certified by the Bureau of Apprenticeship and Training or a — not such a party,the contractor will submit the payrolls to the appli- State Apprenticeship Agency (where appropriate) to be eligible for cant sponsor, or owner, as the case may be, for transmission to HUD probationary employment as an apprentice: The allowable ratio of or its designee. The payrolls submitted shall set out accurately and apprentices to journeymen on the job site in any craft classification completely all of the information required to be maintained under 29 shall not be greater than the ratio permitted to the contractor as to the _ CFR Part 5.5(a)(3)(f).This information may be submitted in any form entire work force under the registered program. Any worker listed on desired. Optional Form WH-347 is available for this purpose and a payroll at an apprentice wage rate, who is not registered or other- may be purchased from the Superintendent of Documents (Federal wise employed as stated above, shall be paid not less than the appli- Stock Number 029-005-00014-1), U.S. Government Printing Office, cable wage rate on the wage determination for the classification of Washington, DC.20402. The prime contractor is responsible for the work actually performed. In addition,any apprentice performing work submission of copies of payrolls by all subcontractors. (Approved by on the job site in excess of the ratio permitted under the registered the Off ice of Management and Budget under OMB Control Number program shall be paid not less than the applicable wage rate on the — 1215-0149.) wage determination for the work actually performed. Where a con- tractor is performing construction on a project in a locality other than _ (b) Each payroll submitted shall be accompanied by a"Statement of that in which its program is registered,the ratios and wage rates (ex- Compliance."signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed pressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be ob- — under the contract and shall certify the following: served. Every apprentice must be paid at not less than the rate speci- (1) That the payroll for the payroll period contains the information fled in the registered program for the apprentice's level of progress, required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that expressed as a percentage of the journeymen hourly rate specified in such information is correct and complete; the applicable wage determination. Apprentices shall be paid fringe — (2) That each laborer or mechanic(including each helper,apprentice, benefits in accordance with the provisions of the apprenticeship pro- and trainee) employed on the contract during the payroll period has gram. If the apprenticeship program does not specify fringe benefits, _ been paid the full weekly wages earned, without rebate, either di- apprentices must be paid the full amount of fringe benefits listed on rectly or indirectly, and that no deductions have been made either the wage determination for the applicable classification. If the Ad- directly or indirectly from the full wages earned, other than permis. ministrator determines that a different practice prevails for the appli. sible deductions as set forth in 29 CFR Part 3; - cable apprentice classification, fringes shall be paid in accordance I_ form HUDA010(2/84) Previous edition is obsolete Page 2 of 4 ref.Handbook 1344.1 i with that determination. In the event the Bureau of Apprenticeship resolved in accordance with the procedures of the Department of La- and Training, or a State Apprenticeship Agency recognized by the hot set forth in 29 CFR Parts 5. 6,and 7.Disputes within the meaning Bureau, withdraws approval of an apprenticeship program, the con- of this clause include disputes between the contractor (or any of its tractor will no longer be permitted to utilize apprentices at less than subcontractors) and HUD or its designee,the U.S. Department of La- the applicable predetermined rate for the work performed until an bar, or the employees or their representatives. ` acceptable program is approved. 10, (i) Certification of Eligibility. By entering into this contract III) Trainees. Except as provided in 29 CFR 5.16, trainees will not the contractor certifies that neither it(nor he or she)nor any person or ` be permitted to work at less than the predetermined rate for the work firm who has an interest in the contractor's firm is a person or firm performed unless they are employed pursuant ',to and individually ineligible to be awarded Government contracts by virtue of Section registered in a program which has received prior approval,evidenced 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded by formal certification by the U.S. Department of Labor, Employ- HUD contracts or participate in HUD programs pursuant to 24 CFR ment and Training Administration. The ratio of trainees to journey- Part 24, men on the job site shall not be greater than permitted under the plan (if) No part of this contract shall be subcontracted to any person or approved by the Employment and Training Administration. Every firm ineligible for award of a Government contract by virtue of Sec- trainee must be paid at not less than the rate specified in the approved Lion 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1)or to be awarded program for the trainee's level of progress, expressed as a percentage HUD contracts or participate in HUD programs pursuant to 24 CFR of the journeyman hourly rate specified in the applicable wage deter- Part 24. mination. Trainees shall be paid fringe benefits in accordance with t (ni) The penalty for making false statements is prescribed in the U.S, he provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe Criminal Code, IS U.S.C. Additionally, U.S. Criminal Code, Section I benefits listed on the wage determination unless the Administrator of 0, Title ]n U.S.C.,.0 "federal Housing Administration transactions", , provides in part: "Whoever,for the purpose of. . . in- the Wage and Hour Division determines that there is an apprentice- Buencing in any way the action of such Administration..... makes, ship program associated with the corresponding journeyman wage rate utters or publishes any statement knowing the same to be false..... on the wage determination which provides for less than full fringe shall be fined not more than $5,000 or imprisoned not more than two benefits for apprentices. Any employee listed on the payroll at a trainee years, or both.' rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less 11. Complaints, Proceedings, or Testimony by Employees. No than the applicable wage rate on the wage determination for the work laborer or mechanic to whom the wage, salary, or other labor stan- actually performed. In addition, any trainee performing work on the dards provisions of this Contract are applicable shall be discharged or _ job site in excess of the ratio permitted under the registered program in any other manner discriminated against by the Contractor or any shall be paid not less than the applicable wage rate on the wage deter- subcontractor because such employee has filed any complaint or in- mination for the work actually performed. In the event the Employ- stituted or caused to be instituted any proceeding or has testified or is ment and Training Administration withdraws approval of a training about to testify in any proceeding under or relating to the labor stan- program,the contractor will no longer be permitted to utilize trainees dards applicable under this Contract to his employer,at less than the applicable predetermined rate for the work performed until an acceptable program is approved. B. Contract Work Hours and Safety Standards Act. As used in (III) Equal employment opportunity. The utilization of appren- this paragraph, the terms"laborers"and "mechanics' include watch- tices,trainees and journeymen under this part shall be in conformity men and guards. with the equal employment opportunity requirements of Executive (1) Overtime requirements. No contractor or subcontractor con- Order 11246,as amended,and 29 CPR Part 30. [ratting for any part of the contract work which may require or in- 5. Compliance with Copeland Act requirements. The contractor volve the employment of laborers or mechanics shall require or per- shall comply with the requirements of 29 CFR Part 3 which are incor- mil any such laborer or mechanic in any workweek in which he or she — porated by reference in this contract is employed on such work to work in excess of eight hours in any 6, Subcontracts. The contractor or subcontractor will insert in any calendar day or in excess of forty hours in such workweek unless such subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) laborer or mechanic receives compensation at a rate not less than one and such other clauses as HUD or its designee may by appropriate and one-half times the basic rate of pay for all hours worked in excess instructions require, and also"a clause requiring the subcontractors to of eight hours in any calendar day or in excess of forty hours in such include these clauses in any lower tier subcontracts. The prime con- workweek, whichever is greater, tractor shall be responsible for the compliance by any subcontractor (2) Violation; liability for unpaid wages; liquidated damages. in or lower tier subcontractor with ail the contract clauses in 29 CFR the event of any violation of the clause set forth in subparagraph (1) Part 5.5. of this paragraph, the contractor and any subcontractor responsible 7. Contract termination; debarment. A breach of the contract therefor shall be liable for the unpaid wages. In addition, such con- clauses in 29 CFR 5.5 may be grounds for termination of the contract tractor and subcontractor shall be liable to the United States (in the and for debarment as a contractor and a subcontractor as provided in case of work done under contract for the District of Columbia or a 29 CFR 5.12. territory, to such District or to such territory), for liquidated dam- _ ages. Such liquidated damages shall be computed with respect to rulings Compliance with Davis-Bacon and Related Act Requirements. All each individual laborer or mechanic,including watchmen and guards, rulings and interpretations of the Davis-Bacon is-Bacon and Related Acts con- employed in violation of the clause set forth in subparagraph (1) of tained in 29 CFR Parts 1, 3, and 5 are herein incorporated by refer- this paragraph, in the sum of$10 for each calendar day on which such once in this contract individual was required or permitted to work in excess of eight hours 9. Disputes concerning labor standards. Disputes arising out of or in excess of the standard workweek of forty hours without payment the labor standards provisions of this contract shall not be subject to of the overtime wages required by the clause set forth in sub para- the general disputes clause of this contract. Such disputes shall be graph (1) of this paragraph. form HUD-4010(2/84) Previous edition Is obsolete Page 3 of 4 ref.Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD C. Health and 'Safety or its designee shall upon its own action or upon written request of an (1) No laborer or mechanic shall be required to work in surroundings — authorized representative of the Department of Labor withhold or cause or under working conditions which are unsanitary, hazardous,or dan- to be withheld, from any moneys payable on account of work per- gerous to his health and safety as determined under construction safety _ formed by the contractor or subcontractor under any such contract or and health standards promulgated by the Secretary of Labor by regu- any other Federal contract with the same prime contract, or any other lation. Federally-assisted contract subject to the Contract Work Hours and (2) The Contractor shall comply with all regulations issued by the Safety Standards Act which is held by the same prime contractor such Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 151 sums as may be determined to be necessary to satisfy any liabilities 8) and failure to comply may result in imposition of sanctions pursu- — of such contractor or subcontractor for unpaid wages and liquidated ant to the Contract Work Hours and Safety Standards Act(Public Law damages as provided in the clause sot forth in subparagraph (2)of this 91-54, 83 Star 96). — paragraph. '(4) Subcontracts. The contractor or subcontractor shall insert in any e The Contractor shall include the provisions of this Article in ev- ry subcontract se that such provisions will be binding on each sub- subcontracts the clauses set forth in subparagraph (1) through (4) of contractor. The Contractor shall take such action with respect to any this paragraph and also a clause requiring the subcontractors to in- subcontract as the Secretary of Housing and Urban Development or — clude these clauses in any lower tier subcontracts. The prime con- the Secretary of Labor shall direct as a means of enforcing such pro- tractor shall be responsible for compliance by any subcontractor or visions, lower tier subcontractor with the clauses set forth in subparagraphs - - — (1) through (4) of this paragraph. form HUD-4010(2164) Previous edition Is obsolete Page 4 of 4 ref.Handbook 1344.1 CONTRACTOR(S) CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS I hereby certify that I have reviewed the diversified Federal construction contract and related requirements imposed on the Contractor(s) of HUD fimded construction projects, and fully understand all my obligations if the project is awarded to me. City Project No. Contract Amount Date _ Project Title Contractor Signature Address Telephone CERTIFICATION OF BIDDER REGARDING SEGREGATED FACILITIES The undersigned hereby certifies that no segregated facilities will be maintained. City Project No. Contract Amount Date Project Title Contractor Signature Address Telephone SECTION 3 OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMENDED 24 CFR PART 135 ECONOMIC OPPORTUNITIES FOR LOW-AND VERY LOW-INCOME PERSONS CONTRACT REQUIREMENTS EFFECTIVE JULY 191994 The amendments to Section 3 of the Housing Act of 1968 supersede the Section 3 requirements as contained in the General Conditions of the Contract for Construction, Administrative Requirements, Equal Opportunity for Businesses and Lower-Income Persons. Section 3,Contract Forms VO lll{ IN-A fl;[) IN At,[, CUNTRAC .S FOR SFRIV•I(Ts SECTION 3 CLAUSE A. The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greater extent feasible, be directed to low-and very low- income persons, particularly persons who are recipients of HUD assistance for housing. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u(section 3). B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization of workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the.notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include the Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected, but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. Section 3.Form 4 10/97 F. Ntoncxxnpliancc wuh III 'D"s regulations in 24 C IR part 13� mac result in sanctions, termination of this contract tier def:wlt, and debarment or suspension,l'rom future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment subcontracts shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian- owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7 (b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7 (b). SECTION 3 GOALS A. During the term of this contract, when a person is hired to a full time position to work all or part of their time on activities funded or generated in whole or in part by this contract, Contractor and subcontractors commit to employ Section 3 residents as: 30 percent of the aggregate number of new hires for the one year period beginning in HUD Fiscal Year 1998 (September 1, 1998 - 0utober 31, 1999) and continuing thereafter. B. Preference shall be provided to the hiring of Section 3 residents in the following order of priority: 1. Residents of the housing development or developments for which the Section 3 covered assistance is expended (Category 1 Residents); 2. Residents of other housing developments managed by the Housing Authority (Category 2 Residents); 3. Participants in a HUD Youthbuild Program in Riverside or San Bernardino County (Category 3 Residents); 4. Other Section 3 residents (Category 4 Residents). C. Should contractor and/or subcontractors contract out any portion or all of the work, then contractor and/or subcontractors commit to award to Section 3 business concerns(where they exist): Section 3 Form 4 10/97 I . At least 10 percent of the total dollar amount ofalt Section 3 covered contracts for building trades work for housing maintenance, repair, modernization, or development, or fix building trades work arising in connection with housing rehabilitation. housing construction and other public construction. 2. At least 3 percent of the total dollar amount of all other Section 3 covered contracts. D. A Section 3 Resident is a person living in San Bernardino or Riverside County who is a Public Housing resident or who is low income E. Low-Income Persons mean families (including single persons) whose income does not exceed 80 percent of the median income, as adjusted by HUD, for Riverside and San Bernardino Counties. F. Section 3 Business Concern means a business where: 1. 51 percent or more is owned by Section 3 residents; or 2. 30 percent of the permanent full-time employees are currently Section 3 residents or were Section 3 residents when first hired(if within the past three years); or 3. The business commits in writing to subcontract over 25 percent of the total dollar amount of all subcontracts to be let to businesses that meet the requirements of paragraphs 1 and 2 of this definition; AND The Business was formed in accordance with state law and is licensed under state, county, municipal law to engage in the business activity for which it was formed. Section 3,Form J 10/97 HUD LOW-INCOME LIMITS—February 20, 2003 A �e $28,550 $2,379.17 $549.04 $13.73 $32,650 $2,720.637] $627.88 $1 5.70 M- 1 $36,700 $3,058.33 $705.77 $17.64 $40,800 $3,400.00 $784.62 $19.62 $44,050 $3,670.83 $847.12 fl $21.18 $47,350 $3,945.83 $910.58 $22.76 $50,600 $4,216.67 $973.08 $24.33 $53,850 $4,487.50 $1,035.58 $25.89 Monthly Income x 12 =Annual Income Weeldy Income x 52=Annual Income Hourly Income x 2,080 =Annual Income Annual Income Limit is increased by $2,700 for each person over 10 persons in the family. NOTE: The hourly income limit is based on full time (2,080 hours/year) employment. If employee did not work full time for the previous year, use total annual income as the limit. CONTRACTOR CERTIFICATION REGARDING STATUS AS A SECTION 3 BUSINESS CONCERN 1, hereby certify that the business entity (print name and title) known as (print business name) is not a Section 3 business. (Please complete the bottom section.) is a Section 3 business because (check one of the following:) 51 percent or more is owned by Section 3 residents; or 30 percent of the permanent full-time employees are currently Section 3 residents or were Section 3 residents when fast hired(if within the past three years); or The business comtnits in writing to subcontract over 25 percent of the total dollar amount of all subcontracts to be let to businesses that meet the requirements of paragraphs 1 and 2 of this defmition; AND The business was formed in accordance with state law and is licensed under state, county, or municipal law to engage in the business activity for which it was formed. A Section 3 Resident is a person living in San Bernardino or Riverside County who is a Public Housing resident or who is low income. Low-Income Persons mean families (including single persons) whose income does not exceed 80 percent of the median income, as adjusted by HUD, for Riverside and San Bernardino Counties. (See next page.) • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Signature Business Address Date Phone No. (_) Project $ Section 3,Certification Category 2/98 Section 3 Contractor/Sub-Contractor Monthly Compliance Report INDIVIDUAL NEW HIRES (submitted with each payroll) Company Contact Person Project Description Project No. CAI Report Period: From to Program Code (see bottom of page) ANY NEW HIREiS? ❑ No If no, please sign and date the bottom of the form. ❑ Yes If yes, please complete the following information: 1. Name Date Hired Part Time Full Time Address Street City State Zip Job/Craf l'rade Public Housing Resident? Yes No *Income Qualified?(see *below)Yes No Section 3 Resident? Yes No Preference Priority Code(see below) Racial Ethnic Code(see below) 2. Name Date Hired Part Time Full Time Address Street City State Zip Job/Craf Frade Public Housing Resident? Yes No *Income Qualified?(see *below)Yes No Section 3 Resident? Yes No Preference Priority Code (see below) Racial Ethnic Code (see below) income Oualiftedi Persons in Household 1 2 3 4 5 6 7 8 Total Family Income $28,550 $32,650 $36,700 $40,800 $44,050 $47,350 $50,600 1 $53,850 (last 12 months) , *New Hire is income qualifed as a Section 3 resident if his/her total family income is less than the family income shown above for his/her household size. Program Codes: Preference Priority Codes: Racial Ethnic Codes: 3. Public Housing I. Site Resident I. White American a. Development 2. Other Housing Authority Residents 2. Black American b. Operation 3. HUD Youthbuild Participant 3. Native American c. Modernization 4. Other Low-Income Persons 4. Hispanic American 5. None 5. Asian Pacific American Signature Date Section 3. Form 6 2198 GENERAL DECISION: CA20030036 01/14/2005 CA36 Date: January 14, 2005 General Decision Number: CA20030036 01/14/2005 Superseded General Decision Number: CA020036 State: California Construction Types: Building, Heavy (Heavy, and Dredging) and Highway County: Riverside County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work) ; HEAVY CONSTRUCTION PROJECTS (does not include water well drilling) ; HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 06/13/2003 1 01/30/2004 2 03/05/2004 3 04/02/2004 4 05/21/2004 5 07/16/2004 6 08/27/2004 7 10/08/2004 8 01/14/2005 * ASBE0005-002 08/01/2004 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) . . .$ 34.06 9.84 ---------------------------------------------------------------- * ASBE0005-004 01/01/2004 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) . .$ 15.75 2.55 - --------------- ----------------------------'-------------- - BOIL0092-003 01/01/2004 litlp://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 Rates Fringes ' Boilermaker. . . . . . . . . . . . . . . . . . . .$ 32.84 15. 61 -- -- -- - - -- --------------------------- * BRCA0004-011 05/01/2004 Rates Fringes Bricklayer Bricklayer; Marble Mason. . . .$ 29.67 7 .45 ---------------------------------------------------------------- BRCA0018-006 09/01/2004 Rates Fringes Marble Finisher. . . . . . . . . . . . . . . .$ 20.70 5. B1 Tile Finisher. . . . . . . . . . . . . . . . . .$ 17.25 4 .16 Tile Layer. . . . . . . . . . . . . . . . . . . . .$ 27.50 9.37 ---------------------------------------------------------------- BRCA0018-010 09/01/2004 Rates Fringes Terrazzo Finisher. . . . . . . . . . . . . .$ 21. 89 7.76 Terrazzo Worker. . . . . . . . . . . . . . . .$ 29.13 7.76 ----------------------------------------------------------------- CARP0409-002 07/01/2003 Rates Fringes Diver (1) Wet. . . . . . . . . . . . . . . . . . . . .$ 526.88 7.38 (2) Standby. . . . . . . . . . . . . . . . .$ 263.44 7.38 (3) Tender. . . . . . . . . . . . . . . . . .$ 255.44 7.38 Standby. . . . . . . . . . . . . . . . . . . . .$ 263.44 7.38 Wet. . . . . . . . . . . . . . . . . . . . . . . . .$ 526.88 7.3B NOTE: Amounts in "Rates" column are per day -------------------------------------------------------------- CARP0409-005 07/01/2003 Rates Fringes Drywall (1) Work on wood framed construction of single family residences, apartments or condominiums under 4 stories INSTALLERS. . . . . . . . . . . . . . . . .$ 19.00 5.18 STOCKER/SCRAPPER. . . . . . . . . . .$ 10.00 5.27 (2) All other work INSTALLERS. . . . . . . . . . . . . . . . .$ 29.80 7.38 STOCKER/SCRAPPER. . . . . . . . . . .$ 10.00 5.27 ---------------------------------------------------------------- CARP0409-007 07/01/2002 http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 Rates Fringes Carpenters: Work on wood frame, tilt up or concrete block construction including but not limited to: shopping centers, stores, office buildings, fast food establishments, also including curb, gutter and sidewalks where the total cost of the project does not exceed seven and one- half million ($7, 500, 000. 00) dollars. Carpenter, cabinet installer, insulation installer, floor worker and acoustical installer.$ 22.75 6.2B Fence builder. . . . . . . . . . . . . .$ 20.30 6.28 Head rockslinger. . . . . . . . . . .$ 22. 98 6.28 Millwright. . . . . . . . . . . . . . . . .$ 23.25 6.28 Pile driver; Derrick barge; Bridge or dock carpenter; Heavy framer; Rockslinger. . . . . . . . . . . . . . . .$ 22.88 6.28 Pneumatic nailer or power stapler. . . . . . . . . . . . . . . . . . . .$ 23.00 6.28 Rock barge or scow. . . . . . . . .$ 22.78 6.28 Saw filer. . . . . . . . . . . . . . . . . .$ 22.83 6.28 Scaffold builder. . . . . . . . . . .$ 17.00 6.28 Shingler. . . . . . . . . . . . . . . . . . .$ 22.88 6.28 Table power saw operator. . .$ 22. 85 6.28 Work on wood frame, tilt up or concrete block construction including but not limited to: shopping centers, stores, office buildings, fast food establishments, also including curb, gutter and sidewalks where the total cost of the project does not exceed seven and one- half million ($7, 500, 000.00) dollars Roof loader of shingles. . . .$ 15.42 6.28 All other work: Carpenter, cabinet installer, insulation installer, floor worker and acoustical installer.$ 29.00 6. 68 Fence builder. . . . . . . . . . . . . .$ 24.79 6. 68 Heavy framer; Rockslinger$ 29. 13 6. 68 Millwright. . . . . . . . . . . . . . . . .$ 29.50 6. 68 http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 Pneumatic nailer or power stapler. . . . . . . . . . . . . . . . . . . .$ 29.25 6. 68 Rock barge or scow. . . . . . . . .$ 29. 03 6. 68 Rockslinger. . . . . . . . . . . . . . . .$ 29. 13 6.68 Roof loader of shingles. . . .$ 20.77 6. 68 Saw filer. . . . . . . . . . . . . . . . . .$ 29.08 6. 68 Scaffold builder. . . . . . . . . . .$ 23.20 6. 68 Shingler. . . . . . . . . . . . . . . . . . .$ 29.13 6. 6B Table power saw operator. . .$ 29. 10 6. 68 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre-drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers) : $0. 13 per hour additional. ----------------------------------------------------------------` CARP0409-008 07/01/2003 Rates Fringes - Modular Furniture Installer (1) Mobile Filing System Installer. . . . . . . . . . . . . . . . . . .$ 13.76 5.80 (2) Modular Furniture Installer. . . . . . . . . . . . . . . . . . .$ 14 .36 5.80 (3) Full Wall Technician. . . .$ 20.47 5.80 Full Wall Technician. . . . . . . .$ 20.47 5.80 Mobile Filing System Installer. . . . . . . . . . . . . . . . . . .$ 13.76 5.80 Modular Furniture Installer.$ 14 .36 5.80 ---------------------------------------------------------------- * ELECO011-002 12/01/2003 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer. . . . . . . . . . . . . . . . . . .$ 22.18 3%+7.15 Technician. . . . . . . . . . . . . . . . . .$ 23.98 3%+7.15 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; - excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. -------------- ------ --- ELEC0440-001 06/03/2003 Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . .$ 30.63 3%+9.76 Electrician. . . . . . . . . . . . . . . . . . . .$ 30. 13 3%+9.76 ZONE PAY: Zone A: Free travel zone for all contractors performing work in Zone A. Zone B:Any work performed in Zone (B) shall add $8 . 00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A) to a line which runs north and south begininng at Little Morongo Canyon (San Bernardino/Riverside County Line) , Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to Pinkham Wash the South to Box Canyon Road, then southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside/Imperial County Line. ---------------------------------------------------------------- ELEC1245-001 06/01/2004 Rates Fringes Line Construction (1) Lineman; Cable splicer. .$ 35.01 4%+8 . 93 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below) , and overhead and underground distribution line equipment) . . . . . . . . . . . . . . . . . .$ 29.76 4.+8.25 (3) Groundman. . . . . . . . . . . . . . .$ 22.76 4%+8 .25 (4) Powderman. . . . . . . . . . . . . . .$ 33.27 40+8 .29 ------ ------ - --- ------- ------- ELEV0018-001 09/15/2001 Rates Fringes Elevator Mechanic. . . . . . . . . . . . . .$ 33. 695 7.455 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day littp://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbnaMe=Davis-Bacon&docid=CA2003 0036 1/25/2005 and Friday after, and Christmas Day. -------------------------------------------------------- ENGI0012-003 07/01/2004 Rates Fringes Power equipment operator - cranes, piledriving, hoisting GROUP 1. . . . . . . . . . . . . . . . . . . .$ 29. 95 14 .55 GROUP 2 . . . . . . . . . . . . . . . . . . . .$ 30.73 14 .55 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 31.02 14.55 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 31.16 14 .55 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 31.38 14. 55 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 31. 49 14.55 GROUP 7 . . . . . . . . . . . . . . . . . . . .$ 31.61 14.55 GROUP 8 . . . . . . . . . . . . . . . . . . . .$ 31.78 14.55 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 31.95 14.55 GROUP 10. . . . . . . . . . . . . . . . . . . .$ 32.95 14 . 55 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 33. 95 14.55 GROUP 12. . . . . . . . . . . . . . . . . . . .$ 34 . 95 14 .55 GROUP 13. . . . . . . . . . . . . . . . . . . .$ 35. 95 14 .55 Power equipment operator - tunnel work GROUP I. . . . . . . . . . . . . . . . . . . .$ 31.23 14 .55 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 31.52 14 .55 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 31. 66 14 .55 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 31. 88 14 .55 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 31. 99 14 .55 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 32. 11 14 .55 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 32.41 14 .55 Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 28 . 60 14.55 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 29.38 14.55 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 29. 67 14.55 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 31.16 14 .55 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 32.26 14 .55 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 31.3B 14 .55 GROUP 7 . . . . . . . . . . . . . . . . . . . .$ 32.48 14.55 GROUP 8 . . . . . . . . . . . . . . . . . . . .$ 31.49 14.55 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 32.59 14.55 GROUP 10. . . . . . . . . . . . . . . . . . . .$ 31.61 14.55 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 32.71 14.55 GROUP 12. . . . . . . . . . . . . . . . . . . .$ 31.78 14.55 GROUP 13. . . . . . . . . . . . . . . . . . . .$ 31.88 14.55 GROUP 14 . . . . . . . . . . . . . . . . . . . .$ 31.91 14 .55 GROUP 15. . . . . . . . . . . . . . . . . . . .$ 31. 99 14.55 GROUP 16. . . . . . . . . . . . . . . . . . . .$ 32. 11 14.55 GROUP 17. . . . . . . . . . . . . . . . . . . .$ 32.28 14.55 GROUP 18. . . . . . . . . . . . . . . . . . . .$ 32.38 14.55 GROUP 19. . . . . . . . . . . . . . . . . . . .$ 32.49 14 .55 GROUP 20. . . . . . . . . . . . . . . . . . . .$ 32. 61 14.55 GROUP 21. . . . . . . . . . . . . . . . . . . . $ 32.78 14 .55 GROUP 22. . . . . . . . . . . . . . . . . . . .$ 32.88 14 .55 GROUP 23. . . . . . . . . . . . . . . . . . . .$ 32. 99 14 .55 GROUP 24 . . . . . . . . . . . . . . . . . . . .$ 33. 11 14.55 GROUP 25. . . . . . . . . . . . . . . . . . . .$ 33.28 14.55 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 FOOTNOTES: PREMIUM PAY of $3.75 per hour shall be paid on all power equipment operator work at Camp Pendleton, Point Arguello, and Vandenburg AFB. Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch _ Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes lose, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2 : Asphalt-rubber plant operator (nurse tank operator) ; Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant) ; Petromat laydown machine; PJU side dum jack; Screening and conveyor machine oeprator (or similar types) ; Skiploader (wheel type up to 3/4 yd. without attachment) ; Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (side steer) ; Equipment greaser (rack) ; Ford Ferguson (with dragtype attachments) ; Helicopter radioman (ground) ; Stationary pipe wrapping and cleaning machine operator GROUP 4 : Asphalt plant fireman; Backhoe operator (mini-max or similar type) ; Boring machine operator; Boxman or mixerman (asphalt or concrete) ; Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable) ; Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum) ; Equipment greaser (grease truck) ; Guard rail post driver operator; Highline cableway signalman; Horizontal Directional Drilling Machine; Hydra-hammer-aerc stomper; Micro Tunneling (above ground tunnel) ; Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting) ; Screed operator (asphalt or concrete) ; Trenching machine operator (up to 6 ft. ) ; Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift) . GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type) ; Concrete planer operators Dandy digger; Deck engine operator; http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnaiue=Davis-Bacon&docid=CA2003 0036 1/25/2005 Derrickman (oilfield type) ; Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum) ; Drilling machine operator (including water wells) ; Hydrographic seeder machine operator (straw, pulp or seed) , Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt) ; Mechanical - finisher operator (concrete, Clary-Johnson-Bidwell or similar) ; Micro tunnel system (below ground) ; Pavement breaker operator (truck mounted) ; Road oil mixing machine operator; Roller operator (asphalt or finish) , rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck) ; Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds. ) ; Slip form pump operator (power driven hydraulic lifting device for concrete forms) ; Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types) ; Tugger hoist operator (1 drum) ; Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 7: Welder - General GROUP 8 : Asphalt or concrete spreading operator (tamping or finishing) ; Asphalt paving machine operator (Barber Greene or similar type) ; Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd. ) , small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work) ; Compactor operator (self-propelled) ; Concrete mixer operator (paving) ; Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum) ; Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types) ; Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type) ; Pumperete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type) ; Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds, struck) ; Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds, struck) ; Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit) ; Self- propelled curb and gutter machine operator; Shuttle buggy; http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 YYAiII LVVWiit,11Li1u11i1Iui 1 agu l Vi L4 Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds. ) ; Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine) ; Tractor operator (boom attachments) , Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating) ; trenching Machine with Road Miner attachment (over 6 ft depth capacity) : Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum) ; Dual drum mixer, dynamic compactor LDC350 (or similar types) ; Monorail locomotive operator (diesel, gas or electric) ; Motor patrol-blade operator (single engine) ; Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat. ) ; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck) ; Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck) ; Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck) , Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds. ) ; Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; - Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum) ; Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine) ; Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) ; Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14 : Canal liner operator; Canal trimmer operator; http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnanle=Davis-Bacon&docid=CA2003003 6 1/25/2005 Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional) ; Wheel excavator operator (over 750 cu. yds. ) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds, struck) ; Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18 : Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types) ; Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck) ; Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and , similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds, struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA2003003 6 1/25/2005 GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24 : Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine,, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes toed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type) ; Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type) ; Lift mobile operator; Lift slab machine operator (Vagtborg and similar types) ; Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type) ; Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds, mrc) ; Tugger hoist operator GROUP 7 : Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc) ; Tower crane repair; Tugger hoist operator (3 drum) GROUP H : Crane operator (up to and including 25 ton capacity) ; Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity) ; Hoist http://fiwebgate.access.gpo.gov/egi-bin/gotdoc.cgi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 . a.. .�....»���..�� ...� _..... � »yam" ... ..� .... operator, stiff legs, Guy derrick or similar type (up to , and including 25 ton capacity) ; Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds. , M.R.C. ) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc) ; Derrick barge operator (over 25 tons up to and including 50 tons mrc) ; Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar 'type (over 25 tons up to and including 50 tons mrc) ; K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc) ; Derrick barge operator (over 50 tons up to and including 100 tons mrc) ; Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc) , Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C. ) ; Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc) ; Derrick barge operator (over 100 tons up to and including 200 tons mrc) ; Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc) ; Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc) ; Derrick barge operator (over 200 tons up to and including 300 tons mrc) ; Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc) ; Mobile tower crane operator (oven 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons) ; Derrick barge operator (over 300 tons) ; Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons) ; Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck) ; Slip form pump operator (power-driven hydraulic lifting device for concrete forms) ; Tugger hoist operator (1 drum) ; Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd. ) ; Small Ford, Case or similar; Drill doctor; Grouting machine http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&;docid=CA2003 0036 1/25/2005 operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types) ; Mucking machine operator (1/4 yd. , rubber-tired, rail or track type) ; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type) ; Pneumatic heading shield (tunnel) ; Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum) ; Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ---------------------------------------------------------------- ENGI0012-004 08/01/2003 Rates Fringes Power equipment operators: DREDGING: (1) Leverman. . . . . . . . . . . . . . .$ 34 . 95 13.22 (2) Dredge dozer. . . . . . . . . . .$ 32.24 13.22 (3) Deckmate. . . . . . . . . . . . . . .$ 31.37 13.22 (4) Winch operator (stern winch on dredge) . . . . . . . . . . .$ 30. 82 13.22 (5) Fireman; Dockhand and Bargeman. . . . . . . . . . . . . . . . . . .$ 30.28 13.20 (6) Barge Mate. . . . . . . . . . . . .$ 30.89 13.22 ---------------------------------------------------------------- IRON0002-004 07/01/2004 Rates Fringes Ironworkers: Fence Erector. . . . . . . . . . . . . . .$ 27. 02 14.74 Ornamental, Reinforcing and Structural. . . . . . . . . . . . . .$ 27 .91 14 .74 PREMIUM PAY: $3.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S; Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $2.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $1.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock -------------------------------------------------------------- LAB00300-001 07/01/2004 http://fiwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 Rates Fringes Brick Tender. . . . . . . . . . . . . . . . . . .$ 21. 60 11.72 -- -- --- ------------ LAB00300-003 07/01/2004 Rates Fringes Laborer: Gunite GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 22.84 15.71 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 21. 89 15.71 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 18 .35 15.71 Laborer: Tunnel GROUP I. . . . . . . . . . . . . . . . . . . . .$ 23.57 12.19 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.89 12.19 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24 .35 12.19 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 25. 04 12. 19 Laborers: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 20. 60 12.13 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 21,13 12.13 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 21.70 12.13 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 23.25 12.13 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 23. 60 12.13 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bcsn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks) ; Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 vv[-aav ✓vi.wii�aal.iu..0ivru+ 10.Sc 1J Vl GG laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement) ; Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition) ; Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small) ; Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender) ; Septic tank digger and installer(lead) ; Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same) ; Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing) ; Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4 : Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types) ; Concrete core cutter (walls, floors or ceilings) , grinder or sander; Concrete saw person, cutting walls or flat work, scoring , old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA2003 0036 1/25/2005 VVAlIJ LVVL41111.11L1\l.lllliVCLl 1 ar, 1v Vl LL used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person) , water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside) ; Swamper (brake person and switch person on tunnel work) ; Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc. ) ; Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner,; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine) ; Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house) ; Primer person; Sandblaster; shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work GUNITE LABORER CLASSIFICATIONS GROUP 1: Nozzle person and rod person GROUP 2: Gun person GROUP 3: Rebound person ---------------------------------------------------------------- LAB00882-002 01/01/2004 Rates Fringes Asbestos Removal Laborer. . . . . . .$ 22.00 9.20 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, littp://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname=Davis-Bacori&docid=CA2003 0036 1/25/2005 VYAA' LVVU1111r1.1 1 fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO1184-001 07/01/2004 Rates Fringes Laborers: STRIPING/SLURRY SEAL GROUP I . . . . . . . . . . . . . . . . . . . .$ 22. 16 10.39 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 23. 41 10.39 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25.34 10.39 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 27 .01 10.39 STRIPING GROUP 1. . . . . . . . . . . . . . . . . . . .$ 22.16 10.39 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 23.41 10. 39 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25.34 10.39 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 27. 01 10.39 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc. ) and - preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment --------------------------------------------------------------- * PAIN0036-001 07/01/2004 Rates Fringes http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA2003 0036 1/25/2005 Painters: (1) Repaint Including Lead Abatement. . . . . . . . . . . . . . . . . . .$ 22. 80 7.19 (2) All Other Work: . . . . . . . . .$ 26. 07 7.19 REPAINT of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities, tenant improvement work not included in conjunction with the construction of the building and all repainting of tenant improvement projects. -- -------------- --- --- -- -- ---- ------------ PAIN0036-008 01/01/2004 Rates Fringes Drywall Finisher. . . . . . . . . . . . . . .$ 26. 83 9.23 ---------------------------------------------------------------- PAIN0036-015 06/01/2004 Rates Fringes Glazier. . . . . . . . . . . . . . . . . . . . . . . .$ 30.20 10.55 FOOTNOTE: Additional $1.25 per hour for work in a condo, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing state or any suspended contrivance, from the ground up ------------------------------------------------------------- * PAIN1247-002 01/01/2005 Rates Fringes Soft Floor Layer. . . . . . . . . . . . . . .$ 28.05 7.15 ---------------------------------------------------------------- PLAS0200-009 08/07/2002 Rates Fringes Plasterer. . . . . . . . . . . . . . . . . . . . . .$ 26.77 6.76 ---------------------------------------------------------------- PLAS0500-002 .07/01/2004 Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . .$ 24 .20 14,59 ---------------------------------------------------------------- PLUM0016-001 07/01/2004 Rates Fringes Plumber/Pipefitter (1) Work on strip malls, light commercial, tenant improvement and remodel work: . . . . . . . . . . . . . . . . . . . . . . .$ 24.19 9.34 http://frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA2003 003 6 1/25/2005 �c/ vuvl t vll IICw duulLiViiy and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5, 000 sq. ft. of floor space. . . . . . . . . . . . . . . . .$ 30. 32 10. 67 (3) All other work: . . . . . . . . .$ 31.36 11.24 (3) Landscape and Irrigation work: . . . . . . . . . . . .$ 24 .23 10. 60 ----------------- ------ PLUM0345-001 07/01/2004 Rates Fringes Landscape & Irrigation Fitter. .$ 24 .23 10. 60 Sewer & Storm Drain Work. . . .$ 21.06 10.98 --- ------------------------- ROOF0036-002 03/31/2003 Rates Fringes Roofer (including Built Up, Composition and Single Ply) PREPARER Duties limited to the following: Roof removal of any type of roofing or roofing material; or spudding, or sweeping; and/or clean-up; and/or preload in, or in preparing the roof for application of roofing, damp and/or waterproofing materials. . . . . . . . . . . . . . . . . .$ 26.17 5. 80 ROOFER. . . . . . . . . . . . . . . . . . . . . .$ 25. 17 6.05 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. -------------------- --------- * SFCA0669-002 01/01/2005 Rates Fringes Sprinkler Fitter, Fire. . . . . . . . .$ 26.75 12.25 -- --------- -- ------------------- SHEE0105-003 08/01/2004 INYO, KERN (Northeast part, East of Hwy 395) , LOS ANGELES (Including Pomona, Claremont, Catalina Island, Long Beach and area South of Imperial highway and East of the Los Angeles River) , MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 Sheet metal worker (1) Commercial - New Construction and Remodel work. . . . . . . . . . . . . . . . . . . . . . . .$ 30.27 13.82 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort. . .$ 26.86 17 . 62 ---------------------------------------------------------------- TEAM0011-002 07/01/2004 Rates Fringes Truck drivers: GROUP I. . . . . . . . . . . . . . . . . . . .$ 23.24 13.44 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 23.39 13.44 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 23.52 13.44 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 23.71 13.44 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23. 65 13. 44 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 23.77 13.44 GROUP 7 . . . . . . . . . . . . . . . . . . . .$ 24 .02 13.44 - GROUP 8 . . . . . . . . . . . . . . . . . . . .$ 24 .27 13.44 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 24.47 13.44 GROUP 10. . . . . . . . . . . . . . . . . . . .$ 24.77 13. 44 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 25.27 13.44 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds. ; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person) ; Pipeline and http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA20030036 1/25/2005 ... .. ,..., .... ... ate....__.»_ . ..6.. �. .�. �.�. utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8 : Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests htip:Hfrwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA2003 0036 1/25/2005 YVt 10I VVL1111.11L I�UUIoVw for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.9 and 29 CFR Part 7) . Write to: Wage and Hour Administrator - U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requester considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. -------------------------------------------------------- END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname=Davis-Baccn&docid=CA20030036 1/25/2005 NO. REVISIONS AP'P'ROVED. DATE r R R STREET RIGHT OF WAY WIDTH ST14EET WIDTH CURB-FACE TO CURB;,FACE 200% CENTERLINE TO LIP OF GUTTER I 200% CENTERLINE TO LIP OF GUTTER y, ASPHALT CONCRETE PAVEMENT OVER <, ` COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW IPC.0 CURB AND GUTTER PER C.P.S. STD. DWG 200. STREET WIDTH CROWN HEIGHT 84' .64 76' 76 64' .64 52' 52 40' 40 36 .36 32' .32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE II LIFTI OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN, SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION, COLLECTOR AND SECONDARY STREETS: 3 INCHES OF ASPHALT CONCRETE II LIFTI OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE' AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE 12 LIFTS) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM ALL SECTIONS TO OF VERIFIED BY SOILS ANALYSIS BY LICENSED SOILS ENGINEER 2 ASPHALT RUBBER HOT MIX 1A.R H.M I IS AN ACCEPTABLE SUBSTITUTE FOR THE, ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER, MIN. 2" NEW CONSTRUCTION MIN 1-1/2' CAP OVER EXISTING PAVEMENT 3, ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION AC TYPE TO BE SPECIFIED BY CITY ENGINEER. 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL 5. AC PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER CITY OF PALM SPRINGS APPRO DATE:S DEPARTMENT OF PUBLIC WORKS - `"� = - 28031 CITY ENGINEER R.C.E DRAWN BY S J G FILE NO STANDARDS STREET PAVEMENT REQUIREMENTS DG CHECKED BY' E R F DWG NO 110 NO. REVISIONS ' APPROVED DATE, 2 _ R= I/2" � 24" 1/2" - •• A. C. PVMNT. `I I/2" R=1/2" j� a • 8''--l4 NN_- 1/4" LIP (TYP.) I R=I" A. C. PVMNT. - 1/2d' _ R=1 Al'6 Al-8 A2-6A. c. PVMT. 24". 6" 12' I -1 2„ R=1/2" � - I /2 N tt 11/4" LIP (TYP.) Q''ci I R-I" L— E i0 ONSITE ONLY ONSITE ONLY A2-8 B1 B2 24" SLOPE SLOPE I"R - •. FLOWLINE 6 _ OF GUTTER 1/2" FIBER EXPANSION JOINT 6' CROSSGUTTER-SECONDARY THOROUGHFARE Dl Cl - END OF CURB 4 '1 4 10.. 2.. 6" 2.. SLOPE -_y �I/2 SLOPE �8 I-V-_I 8' CROSSGUTTER-MAJOR THOROUGHFARE NOTES: D2 A. C. P IV,MT A-HIGH DIKE I. TYPES A-HIGH DIKE, AI-6, AND AI-8 ARE BARRIER CURBS. 2. TYPES A,B,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE, 560-C-3250 (6 SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IS AR 8000) 4 TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY 5. ALL EXPOSED CORNERS ON P.CC CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS 6. A.0 PAVEMENT SHALL BE 1/4" ABOVE LIP OF GUTTER. 7. EXPANSION AND WEAKENED PLANE JOINTS, SEE SECTION 303-54 SCORING 5 FEET MAXIMUM. SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET. , CITY OF PALM SPRINGS APPROVEQ: DATe / CC DEPARTMENT OF PUBLIC WORKS — /, -" U"" CITY ENGINEER R.C.E. p I f C DRAWN BY S.J.0 I FILE NO. STANDARDS CURB AND GUTTER CHECKED BY: E.R.F. DWG. N0. 200 NO. REVISIONS APPROVED DATE SEE C.P.S. STD. DWG. 200 "A" VARIES ---a� AND STATE DIV. OF HWYS. 5'-8' --�I 1/4" PER FT, STD. A-2-e. I" LIP SLp_ — A.C. PVMT R SECTION A-A NIA —►'�1-6 SHOWN THUS, ON PLAN IT A ,.W,. a ,.W,. X" 2 2 X" z_ BACK OF SIDEWALK GIB_"_____ "______ R.1 w / J t CURB FACE I — A� NOTES I. ALL DRIVEWAYS SHALL SE 6" THICK PORTLAND CEMENT CONCRETE. 2. MIX DESIGN SHALL BE 560-C-3250 16 SACK) 3 WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY 10' (MAX.) INTERVALS. 4 W/2 = A MINIMUM OF 5' ON RESIDENTIAL AND 12' ON ALL OTHERS 5 X=4' WITH 6' CURBS AND 5' WITH 8" CURBS UNLESS OTHERWISE SHOWN ON PLANS. CITY OF PALM SPRINGS APP �V D: DATE:-J? I DEPARTMENT OF PUBLIC WORKS 28931 CITY ENGINEER R.C.E. DRAWN BY: M.V H FILE NO. STANDARDS DRIVEWAY APPROACH CHECKED eY: ER.r. DWG. NO. 201 NO, REVISIONS APPROVED DATE SHOWN THUS ON PLAN.�7�.j--I - 1 w � f Q a / T.C, iELEV, / /F.L. ELEV. a // If B C,R./E.C.R.^ rs w F v ff � t.. FLQW LINE �yy STRRRRRRAIGHT N GR�DE o v om m I I I T.C. ELEV. W - o F.L. ELEV. � I i� P:I.G T p � :I.G m I U W =W �w � NOTES: or z W I. WEAKENED-PLANE JOINT SHALL BE INSTALLED AT BEGINNING y= AND END OF SPANDREL AND TRANSITION gr W -' 2. SPANDREL. CROSS GUTTER AND TRANSITION SHALL BE 6" THICK PORTLAND CEMENT CONCRETE. . 3, CONCRETE SHALL BE 8" THICK PORTLAND CEMENT CONCRETE. (560-C-3250, 6 SACK). 4 CURB FACE HEIGHT SHALL 6" OR 8" AS SHOWN ON DRAWING. 5. CROSS GUTTER 'W' SHALL BE CALLED OUT ON PLANS AS 6' OR 8' AS PER C.P.S. STD. DWG. 200. 6. SEE C.P S STD. DWG 02 FOR ADDITIONAL REQUIREMENTS. 7, SEE C P.S. STD. DWG 110 FOR PAVEMENT REQUIREMENTS. (DITY OF PALM SPRINGS AP J� DATE: DEPARTMENT OF PUBLIC WORKS ��// / -- 28931 CITY ENGINEER R,CZ CURB RETURN, SPANDREL DRAWN BY: S.J.C. (FILE NO. STANDARDS AND CROSS GUTTER CHECKED BY: E.R,F, DWO. NO- 206 N6'. REUI5IOVS'-' ,,tAOROVED ` DATE)•` I"rtir . f { r� MAINTAIN FLOWLINE GRADE lE ISOMETRIC VIEW i ROLL CURB MIN 5' TRANSITION ROLL 'i SECTION y 'LIP OF GUTTER FLOWLINE GRADE WEAKENE PLANE JOINT ITYP.I . PLAN VIEW NOTES: I. P.C. CONCRETE SHALL BE 560-C- 3250 CONC, (6-SACK) MIN. IN ACCORDANCE WITH STANDARD j SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION 2. SEE CP.S. STD. DWG. 200 FOR CURB AND GUTTER. -CITY'oEftt'MSPRINGS apPR z DER2RTMENI '.p,F,..` PUBLIC"1N6KSw - CITY En E'ER „ _ . , , R.C.E. CUR B S.H.K. PILE N0. STANDARDS CURB TRANSITION DETAIL. : ; C1 ECKEp`BY: E.R.F. , ,.IDWG. NQ. 209 Z O I fTl ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE � y ZONES R-2 THRU 8, C. AND M - B' �J m O ZONE R-1 - 5' X A.C. PAVEMENT 4' MIN. SIDEWALK SLOPE = 1/4" 1' Z HILLSIDE STREETS2 7 0 m > b FOR FINISH SEE SECTION P. C. CONC. SHALL BE A MINIMUM 3250 LB. 303-5.5 OF THE STD. SPECS. LC- ONCRETE IN ACCORDANCE WITH THE STANDARD �r��rII E CURB & GUTTER FOR PUBLIC WORK CONSTRUCTION SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Z m Z SEE C.P.S. STD. DWG. 200 LATEST EDITION. LATEST EDITION (560-C-3250, 6 SACK). En NOTES 1. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4.2 AND 303-5.4.3 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR x n D 1" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET. 2. ORNAMENTAL SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER mo Z T1 0 m •! THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST m Z O 1 EDITION AND ARE APPROVED BY THE PLANNING COMMISSION. j ZA f_<Tl -� \ 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO l`�c1�1 m c PROPERTY LINE. K: G-) ,O z ^ 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB \l TO PROPERTY LINE. -d ?1 mv �'_ ` 5. STREETS IN EXCESS OF 5 7 SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS - z a EVERY 400' WITH A MAXIMUM 27 SLOPE BEHIND THE SIDEWALK. E n 6. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. m m 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT Z z o COMMITTEE. C m m 8. SEE ALSO BIKEWAY REQUIREMENTS. p 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. rQ o > m rn NO., REVISIONS APPROVED DATE BACK OF EXISTING SIDEWALK --�{ .. � APPROX. 3/4" II VARIABLE HEIGHT RETAINING �7 CURB IF NECESSARY AT EDGE � � I 1/4" OF SIDEWALK (NOT NECESSARY WHERE EXISTING WALL IS / I I •,�•:•,' •'�•^• .�•.'' :;•'". ADJACENT TO EDGE OF SIDEWALK �� 1/4.. -- /� GROOVING DETAIL 6" oS�M , r // SEE/ OWG.NOTE NO. 20.1 F PROVIDE EXPANSION JOINT / EXIST. CURB AND GUTTER WHERE EDGE OF RAMP IS ADJACENT TO WALL tf / (OR MONOLITHIC CROSS-GUTTER) / m / y N 4" OVERCUT " _ 0'45_ o �109 EXISTING P.C.C. SIDEWALK TRUNCATED DOMES REQUIRED IF RAISED TRUNCATED_ RAMP SLOPE IS LESS THAN 6.67% DOME PATTERN i 107. MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING EXIST. PCC SIDEWALK — — � CURB (IF NECESSARY) C:z .;.. . :. ..I .. , 8.337. MAX. �4 4"(TYP.) SECTION A-A VARIABLE HEIGHT RETAINING PL CURB, IF NECESSARY TOP OF RAMP (ROUNDED) /EXIST. PCC SIDEWALK e- I�--IW 4 ------��►III EXIST. PCC CURB AND . 12' of IRVES_. I I_ _ _ _ GUTTER (OR MONOLITHIC —IV I� CROSSGUTTER) 25 MAX--� v 8.33Z MAX I 1I MATCH EXIST. PCC GUTTER (6" MIN. THICKNESS) SECTION B-B 1 4" OVERCUT� NOTES: 1. P.C. GONG. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (6 SACK). 2. SEE C.P.S. STANDARD DRAWING 212 A FOR GENERAL NOTES. N.T.S. CITY OF PALM SPRINGS APPROVEDDy3 /L DATE: 5 1- o ENGINEERING DEPARTMENT /" 26931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE A DRAWN BY: G.F.F. FILE NO. STANDARD CHECKED BY: M.V.H. DWG. NO. 212 No, REVISIONS APPROVED DATE P.C. CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND (560,C-3250-6 SACKI COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S. STD DWG. NO 400 I� 10 C 1/4" Ifyp) ASPHALT CONCRETE �•- �� ' -_. PROVIDE 9" ADJUSTMENT PAVEMENT. THICKNESS i 3-24"X 3" GRADE RINGS AS SHOWN ON PLANS �. (ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-222 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. NOTES: I. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO.S 1310/1", 1 1/4", 2", AND, I312/1 1 1/4", AND 2" OR EQUAL SOUTH BAY FOUNDRY, P.0 BOX 1256, NATIONAL CITY, CA. 91950, (619) 474-8481 2. MAXIMUM OF 3 GRADE RINGS. CITY OF PALM SPRINGS APPROVEgfy ,1 DATE: 31 DEPARTMENT OF TRANSPORTATION CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: RBJ (FILE NO STANDARD DETAIL CHECKED BY: OJB DWG. NO 402 NO. REVISIONS I APPROVED DATE 1 RI 36" X 36" X .080 30" (UNLESS OTHERWISE NOTED) GAUGE ALUM. SIGN WITH HI-INTENSITY LETTERS & BACKGROUND ro COVERED WITH 3M 1150 STOP " BCR GRAFFITI PROOF OVERLAY RI-3 6" X 12" X .080 GAUGE ALUM. SIGN "X" es° WITH HI-INTENSITY U / gp° LETTERS & BACKGROUND LL 0 COVERED WITH 3M 1150 w U GRAFFITI PROOF OVERLAY \ \1J 3 m W y z m o �- 24" — IF S/W > 5' o 0 W 1' U U m w m IF S/W< 5 PLAN VIEW OR S/W = 5' EXIST. F.5 J'. / SEE DETAIL o BELOW FRONT ELEVATION y/\ FACE of SIGN 2-1/4" x 2-1/4" x 30" 2 1/4" TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING SURFACE. / \ \ 0 � 88° EXISTING SURFACE jj�/��// o /�\ M 90/ \1i\\\/� o POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 28931 CITY ENGINEER R.C.E. STOP SIGN INSTALLATION DRAWN BY: G.F.F. I FILE NO. STANDARDS CHECKED BY: M.L.F. DWG. NO. 620 NO. ' REVISIONS APPROVED DATE- REGULATORY, WARNING OR GUIDE/y y\ SIGN .OBO GAUGE ALUM, SIGN WITH Hl-INTENSITY LETTERS AND BACKGROUND COVERED WITH 3M 1150 GRAFFITI \ ' SIGNS SHALL BE ATTACHED POST UTILIZING TWO UNISTRUT DRIVE RIVETS NO. TL 3806. / G , . z i 0 �90 2" X 2" X 12 GAUGE TELESPAR w 0 POST OF SUFFICIENT LENGTH TO w " EXTEND FROM TOP OF SIGN 70 — u FIR INTO SLEEVE AND STILL `� RR OVIbE P' OF CL EAft ANCE a - I Y ' m J CG Q �- 24" IF S/W o < U O , Q y U PLAN VIEW IF S/W 19 EXIST F S FACE OF CURB \ - I - SEE DETAIL BELOW o mIy 90% 1 FRONT ELEVATION FACE ' 2-I/4" x 2-I/4" x 30" 112 GAUGE) ' 2-1/4" SIGN TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING SURFACE. ° EXISTING GROUND o B8% POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: DATE: qmqr— DEPARTMENT OF TRANSPORTATION �7 n-631 CITY ENGINEER R.0 E. DRAWN BY: R g ,y IRLE NO, STANDARDS SIGN INSTALLATION CHECKED 8Y: ERE DWG. NO. 624 �MC.,� PE.WS►pMS APTLLOW>`I"4 ',I `!'���' STOP BAR TO Be LOCATED IN THE MIDDLE OF TRANS. NEAREST(THE B.C. 1 � 8' HANDICAPPED .RAMP° C'L OF ROADWAY —FACE of CURB A } E3 NOTE- ALL STENCILS NON-RAMPED TO RE CAL. TRANS METRIC. ITEM TYPE CL OF ROADWAY STRAIGHT ARROWS TYPE 1 FACE of CURB CURVED ARROWS TYPE IV DROP ARROWS TYPE VI SEE ATTACHED 4IST FOR. ADDITIONAL SPECIFICATIONS. STOP BAD' LEGEND DETAIL City of Palm .Springs Traffic Engineerin Div. ,CI APPROVED BY: hi �•w �y. DEAN LEWIS TRAFFIC-ENGINEER ' CITY OF PALM SPRINGSQ E� DATE Ian"4 DEPARTMENT OF COMMUNITY DEVELOPMENT cIT'Y DRA �ttGIW�IxM .. 1''Yt .g .I fL,E hki TRAFFIC LEGEN J DE AIL � , ��!� � Civ'�. WQ ela: I twl:iQrls _ APPIROV00, OATE , I 1 84CI4 OF CUnIR LINE MAIL BOX FACE OF MAIL BOX 7 1 \ 1 �. MAIL BOX POST 4"X 4"WOOD OR 2 12"0 G.1. PIPE I TOP OF CURB & GUTTER SIDEWALK On EXIST. �GlnIOUN �AC P1 VMT. MIN- MAIL BOX SHOULD BE VS. -L_—"'�-2000 P.S.1. C®NC. FOOT7240 (IF NO CONC. SPICIMiAt,K). MAIL B4X INSTALLATION DETAIL As approved by the Palm Springs Postmaster 9 City Engineer In 1975 i APP C C, RE!- NO DATED 1CITY OF PALM SPRING$ APPROVED1511 Dare: � fi'FaRTMENT OF COM'(N1INITY DEVELOPMENT city c4a l Rf.0 S VAIL BOX IN, 19ETAIL srA�laleA� m, 6' A COOPERATIVE PROJECT OF THE CITY OF PALM SPRINGS � -AND THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPAMNT PROJECT NAME: CAMINO AMAPOLA AND CAMINO PRIMROSE STREET IMPROVEMENTS ENGINEER: CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING CONTRACTOR: 2' / FUNDED B': U.S. DEP4RTPdiENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM, EQUAL OPPORTUNITY — BROWN AFFIRMATIVE ACTION EYPLOYER EXECUTIVE ORDER 11246 AND SECTION S LETTERS OF TEH HOUSING AND URBAN DEVELOPMENT ACT OF 1968. TAN BACKGROUND C . D . B . G . PIIDI,, OJ7CT SIGN Project Name : Cailliriio 1'iir�apoia and Camino Primrose Street Improvements Contractor : --------------------------- City Project No . 04 - 11 TO REPORT BLOWING DUST FROM THIS PROJECT , CALL , ( XXX ) xxx o xxxx If you do not get a response within one hour, please call: 8:00 a.m. — 5:00 p.m. Monday through Friday (760) 323-8253 — Palm Springs Public Works & Engineering Department After hours of weekends (760) 323-8115 — Palm Springs Police Department Or call A.Q.M.D. 1-800-288-7664 CONTRACT ABSTRACT Contract Company Name: International Pavement Solutions, Inc. Company Contact: Dennis Rieger Summary of Services: CP#04-11, Camino Amapola& Primrose St Improvements Contract Price: $184,784.50 Funding Source: 137-4805-63547 Contract Term: One Year Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian/ George Farago Contract Approvals Council/Couvuunity Redevelopment Agency Approval Date: 03/02/05 Minute Order/Resolution Number: 7640 Agreement Number: 5045 Contract Compliance Exhibits: A/1'ej- Signatures: Cz)?%'2Z'L,&- Insurance: Clti�a ' Y Bonds: 1, Contract prepared by: �C/ �U Submittedon: J��l���C%%, By: °=4 P � � y City of P Springs Ji a'J� Palm Department of Public Works and Engineering 3200 E Tahquitz Canyon Way • Palm Springs, California 92262 Tel. (760)323-8253 • Fax: (760)322-8360 • Web: www.ci.palm-springs.ca.us CITY OF PALM SPRINGS Public Works and Engineering Department P.O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. 1 To all prospective bidders under Specifications for the Camino Amapola and Camino Primrose Street Improvement Project, City Project No. 04-1 1 , which are to be received by the Procurement and Contracting Manager of the City of Palm Springs at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on February 23, 2005: I. The following change shall be made in Part III - Appendix: Delete the Federal Prevailing Wage Rates, General Decision CA20030036, published January 14, 2005; and replace with Federal Prevailing Wage Rates, General Decision CA20030036, dated February 11 , 2005. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. BY ORDER OF THE CITY OF PALM SPRINGS Date: February 14, 2004 City of Palm Springs, California By 4David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 0 Palm Springs, California 92263-2743 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 AWARD 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 International Pavement Solutions 729226 4. Mail Address(Street Number of P O.Box) 5. City 1199 Opal Avenue Menton 6 Zip Code 7. Telephone Number 92359 (909)794-2101 Ext B Address or Location of Public Works Site(Include city and/or country) Camino Amapola/Primrose, Palm Springs, CA USA 9 Contract or Project Number 10, Dollar Amount of Contract Award 04-11 $184,784.50 11.Starting Date(Estimated or Actual) 12. Completion Date(Estimated or Actual) MONTH DAY YEAR (USE NUMBERS) MONTH DAY YEAR (USE NUMBERS) 4/27/2005 6/9/2005 13 Type of Construction(Highway,school, 15 hospital,etc. Street improvements a NEW CONSTRUCTION ALTERATIONS 16. Classification or Type of Workman(Carpenter,plumber,etc.) Laborer and related classifications 17. Is language included in the Contract Award to effectuate the provisions of Section 1777.5, As requred by the Labor Code?............ ..... .. X YES NO Is language included in the Contract Award to effectuate the provisions of Section 1776, As required by the Labor Code?............ .. X YES NO 18. Signature 19. Title 20, Dale Procurement& March 24, 2005 Contracting Manager 21. Prime or red ame 22. Telephone Number Bruce . Jo nson 760-322-8373 PUBLIC WORKS CONTRACTS ■ BID RESULT CHECK LIST FOR CITY CLERK OFFICE: 9 AGR# AMOUNT City Project NO: Q MO# DATE Dates Published: V 17af y I aced S ( aod5 DIV IND APP NOTIC FPE Y ❑N ❑ Bid Date & Time: �)l V�� m' l`ar� ail an05 IS 0 COPI'l PROJECT: ,a o J nn"(mon Q aLq 1 a NW\-Wv\O `Q ' iw\me, 5�-re.�-�❑Im�ro�lelmen-�s *SUCCESSFUL: 1 Pa 124 &WionS 6. 2. NpG Ca OX-642JM 7. 3. ��11er RO,Q Cady CbV�1p\ B. 4. MOCpn CDr�I`olvo hoV\ 9. 5. �1aVrd� r�1PX,Znc- 10. INCOMPLETE BIDS: Non-responsive:) WHY: CONTRACTOR BACKGROUND CHECK: I`::ftft: 'fvitSlz$:;�iVittTf;VYzt�'; .;° # Required? Y ❑ N ❑ (ATTACH IF REQUIRED) Affidavit of Non-Collusion Signed & Notarized? Y ❑ N C_� Information required of bidder page completed? Y VrN ❑ r_ Type & Amount Of Insurance Required: p�£ots2, s u, a- Va61'C IAUACH AMOUWS AOE S ECFIED)Contractors License No. lac( ate Type(s) A At 6 Status Curren+@�d GG UL No. of days to complete work 2)D Working ✓ Calendar Estimated Start Date: AarlI )I , Cloo5 Estimated Completion Date: t JuY12q , aouis No. of days in which to execute contract after Notice of Award (date City Clark transmits contracts for execution): I C`OL( t�nc U_9 (*s Davis-Bacon Exhibits (Specify Exhibits to be completed by contractor?) Any Addenda? Y PN ❑ No. Addenda Signed by Contractor? Y CAN ❑ BONDS: PERFORMANCE BOND 100 % PAYMENT BOND Inn % CORRECTION REPAIR BOND % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid Unsuccessful Bidders: specifications for contract execution CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y 9 N ❑ Labor Code 1777.5 Y ET N ❑ Labor Code 1776 Y Er N ❑ California Standard Specifications EDITION Standard Specifications for Public Works Construction QOD3 EDITION DATE: O3AO4os BY: C.arrlU A0Vy\CX( DEPT: works 4 �{�41 VIQpCI� VENDORS&AMOUNTS BID VENDORS & AMOUNTS BID BIB ABSTRACT ,. DUE )1NG TO: r�ilrx J am-4 r 4TITY f COMMODITY ITEM ✓�`- Ig4,271L 2oB,27k� �oF ?ALM SA�y City of Palm "N Springs V a OFFICE OF PROCUREMENT & CONTRACTING MEMORANDUM To: Office of City Clerk From: Office of Procurement& Contracting Subject: Camino Amapola&primrose St Improvements Date: March 24, 2005 Attached are the following documents: Contract Abstract 4 sets of Contract documents executed by Contractor and notarized 4 Performance Bonds L.,—Original Payment Bonds L�onfirmation of status of surety company L,�PJriginal Bid C� bid bond t,�artificates of Insurance for the required policies t,, nfirmation of status of insurance carriers L,r ontractor License Information p�id Abstract � traet of$uisii� ks mtract Awaid �, id Result Check List V ,Specifications and Addendum#I C:\Documents and Settings\KathyH\Local Settings\Temporary Internet Files\0LK162\Clerk transmittal International Pavement Solutions.wpd ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIOD/YYYY) TM 03/07/2005 PRODUCER (909)792-2345 FAX (909)792-0159 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Beall Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 130 W. Vine Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Redlands, CA 92373 INSURERS AFFORDING COVERAGE NAIC# INSURED INTERNATIONAL PAVEMENT SOLUTIONS, INC. INSURER A. LANDMARK AMERICAN INSURANCE CO. 85662 P. 0. BOX 10458 INSURERB AMERICAN STATES INSURANCE CO. 19704 SAN BERNARDI.NO, CA 92423 INSURERC: ALASKA NATIONAL INSURANCE CO 38733 INSURER D' INSURER E' COVERAGES THE POLICIES 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 INSR ADOT TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSRC DATE(MMIDDIYV) DATE(MWDDIYY) GENERAL LIABILITY LHA126708 08/13/2004 08/13/2005 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTLD $ PREMISES(Ea occurence) 50,000 CLAIMS MADE Ifl OCCUR MED EXP(Anyone person) $ Excluded A PERSONAL&ADV INJURY $ 1,000,000 X Deductible $5o00. GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO S 1,000,000 POLICY PEC n LOC ^ AUTOMOBILE LIABILITY 01CG21S921-30 08/13/2004 08/13/2005 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 ALL OWNED AUTOS _ BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIREDAUTOS BODILY INJURY $ J( NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Peraccldent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 04HWD40057 08/13/2004 08/13/2005 O STATU- OlH- EMPLOYERS'LIABILITY E.L.EACH EACH LIMITS ER C ANY PROPRIETOWPARTNERIEXECUTIVE ACCIDENT $ 1,000,000 OFFICEWMEMBER EXCLUDED' EL DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT S 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Evidence of Coverage. Certificate holder is named as additional insured to the General Liability per attached CG2010 11,/85 with respects to: Camino Amapola & Camino Primrose #04-11 improvements lob Description: Asphalt, concrete, striping and signage CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Palm Springs 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Department of Procurement and Contracting BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahquitz Canyon Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Palm Springs, CA 92262 AUTHORIZED REPRESENTAT VE,, �1 P Richard Beall y ta4ad o ACORD 25(2001/08) ©ACORD CORPORATION 1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BLANKET - PRIMARY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: CITY OF PALM SPRINGS ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE OBLIGATED BY VIRTUE OF A WRITTEN CONTRACT OR BY THE ISSUANCE OR EXISTENCE OF A PERMIT,TO PROVIDE INSURANCE SUCH AS IS AFFORDED BY THIS POLICY. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of"your work"for that insured by or for you. IF YOU ARE REQUIRED BY A WRITTEN CONTRACT TO PROVIDE PRIMARY INSURANCE,THIS POLICY SHALL BE PRIMARY AS RESPECTS YOUR NEGLIGENCE AND CONDITION 4. OTHER INSURANCE DOES NOT APPLY,BUT ONLY WITH RESPECT TO COVERAGE PROVIDED BY THIS POLICY. This endorsement effective 08/13/2004 Forms part of Policy Number: LHA126708 Issued to: International Pavement Solutions, Inc. Includes Copyrighted material of Insurance Services Office, Inc. 1984 (CG 2010 '1185) with its permission License Letan Page 1 of2 CaHor4lka Home Wednesday. ftbILI wwwmwrrm-rwff Y ry 1 0 1 f : ��.ILI Call, License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 729226 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 t( complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. • Per B&P 7071.17, only construction related civil judgments known to the CSLB are di • 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: 02/23/2005 Business Information INTERNATIONAL PAVEMENT SOLUTIONS INC P 0 BOX 10458 SAN BERNARDINO, CA 92423 Business Phone Number: (909) 794-2101 Entity: Corporation Issue Date: 11101/1996 Expire Date: 11/30/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications KlaSil Description [A ]GENERAL ENGINEERING CONTRACTORI FB —]IGENERAL BUILDING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 1460517 in the arr $10,000 with the bonding company htip:Hw-ww2.cslb.ca.gov/CSLB—LIBRARY/Licensc+Dctail.asp 2/23/2005 License Detail Page 2 of 2 WESTERN SURETY COMPANY. Effective Date: 07/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) DE CRAIG RIEGER 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: 11/01/1996 * * * Workers Compensation Information This license has workers compensation insurance with the ALASKA NATIONAL INSURANCE CO. Policy Number: 04GWD40057 Effective Date: 08/13/2004 Expire Date: 08/13/2005 Workers_Compensation History_ Personnel listed on this license (current or disassociated) are listed on other licel Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request @0 2005 State of California.Conditions of Use Pnvacv Porcy- littp://www2.cslb.ca.gov/CSLB LIBRARY/License+Detail.asp 2/23/2005