Loading...
HomeMy WebLinkAbout04989 - INTERNATIONAL PAVEMENT SOLUTIONS INC 2004 CITYWIDE ARHM OVERLAY CP 04-01 DOC A N06-0459620 06/26/200b 08:00p Fee:NC , Page t of 1 Recorded in Official Records County of Riverside Larry W. Ward rlssesser, County Clerk & Recorder IIIII Iliiil II Illill IIIII it III I III III IIIII iill IIII M 5 V CAGC 52E OA POOR NOCOR uMF MISC Recording Requested By And When Recorded Return To: City of Palm Springs Attn:City Clerk P.O.Box 2743,Palm Springs,CA 92263-2743 A R L Dow LONG REFUND NOHG E� (SPACE ABOVE LINE FOR RECORDING O (GXbIIT FtOM RECORDING FFE PER GOV CODE -- §6103) NOTICE OF COMPLETION NOTIC$ IS HEREBY'given that: AT L 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 ofthe City ofPalm Springs is CityHall,3200 E-Tahquitz Canyon Way,Palm Springs,California(P.O.Box 2743,Palm Springs, CA 92263-2743), 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 28"day of April 2006. 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: 2004 Citywide ARAM Overlay. 7. Nature of interest:Fee Owner S. The property address or location of said property is:Various Citywide Locations:Schedule A-Araby Drive;Schedule B-Barona and Auza Trail;Schedule C-Via Altarnira;Valmonte Norte,Avenida Palo Verde and Via Corta from A.Itamira to 40'north of Granvia Valmoute;Schedule D-Granvia Valmonte west of Via fWraleste,Valmonte Sur,Via COlusa and Via Corta from 40'north of Granvia Valmonte to Via Colusa;Schedule E-Granvia Valmonte east of Via Miraleste and Camino Real;Schedule r-Alejo Road between Palm Canyon and Indian Canyon;Schedule G-Sewer manhole raising on Gene Autry Trail South side of Civic Drive between Civic Drive North and Civic Drive South,Palm Springs,CA. 9. City Project No.04-01,Agreement Number:4989,Minute Order Nu ber:7581 CITY OF PALM SPRINGS: REVIEWED BY: DATED: ,7— treet Maintenance Manager BY: DATED: Director of Public Works/City Engineer / David J.Baraldan JAMES THOMPSON,being duly sworn,says: vK''N' That he is the City Clerk of the aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf ofsaid corporation; that he has read the foregoing Notice ofCompletion,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. ( R City Clerk-James Thompson Index No. 1006 V� CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: IPS,hie. Date: May 10,2006 P.O.Box 10458 Project No.: 04�01 San Bernardino,CA 92423 Project: AHRM Overlay Change Order No.: Three (3) Contract Purchase No.: 516586 Account Numbers: 4498-50225 4491-50235 6800-50000 Minute Order No.: 7581 Agreement No.: 4989 CHANGES IN WORK/COST: DECREASE TO CONTRACT QUANTITIES Bid Schedule A Item No.: 6. Adjust Sewer Manhole 2 EA @ $450.00/EA ($900.00) 7. Adjust Monument Well 1 EA @ $350.00/EA ($350.00) Bid Schedule B Item No.: 5. Adjust Water Valve 14 EA @ $120.00/EA ($1,680.00) 6. Adjust Sewer Manhole I EA @ $450.00/EA ($450.00) 7. Adjust Monument Well 3 EA @ $350.00/EA ($1,050.00) Bid Schedule E Item No.: 6. Adjust Sewer Manhole 1 EA @ $450.00/EA ($450.00) TOTAL(NET DECREASE AMOUNT) ($4,880.00) REASONS FOR CHANGES: Actual quantities placed or constructed were less than the original estimate. This is a final balancing change order. This project is now considered complete as of April 28, 2006. No additional mark ups will be added to any item on this Change Order. All costs are final. SOURCE OF FUNDS The following Account will be credited: Account No. 134-4498-50225 AHRM Overlay/Measure A t qq p p Summary of Costs Contract Time Original Contract Amount: $325,892.00 Original Completion Date: March 18,2005 This Change Order: $(4,880.00) Days Added for this C.C.O.: as required due to Previous Change Order(s): $32,533.96 , deferment of time Revised Contract Amount: $353,545.96 Revised Completion Date: April 28,2006 P,have received a copy of this Change CiZ ro Order and the above AGREED PRICES f' ZG�O are acceptable to the contractor. Submitted by Date Public Works Inspector Approved by !l Date J4, OG City-Engineer Date ✓ �Y� ApproVed�.b�t,._ ,n-"'�c�' °-y,. Date � City-lwf6itiager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) -ATTEST: APPROVED BY CITY COUNCIL lip 14N p ty CIO* APPROVED By CITY MANAGER 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: )PS,Inc. Date: October 18,2005 P.O.Box 10458 Project No.: 04.01 San Bernardino,CA 92423 Project: ARHM Overlay Change Order No.: Two (2) Contract Purchase No.: 516586 Account Numbers: 134.4498.50225 261.4491.50235 420,6800-50000 Minute Order No.: 7581 Agreement No.: 4989 CHANGES IN WORIQCOST: DECREASE TO CONTRACT QUANTITIES _Bid Schedule C Item No.: 4. 1.5"ARHM Overlay 6211 SF @$0.75/SF ($4,658.25) 6. Adjust Sewer Manhole 2 EA @$450/EA ($900.00) Bid Schedule D Item No.: 4. 1.5"ARHM Overlay 6240 SF @$0.75/SF ($4,680.00) 6. Adjust Sewer Manhole 1 EA @$450.001EA ($450.00) Bid Schedule E Item No.: 3. Cold Planing 7614 SF @$0.20/SF ($1,522.80) 4. 1.5"ARHM Overlay 6902 SF @ $0.75/SF ($5,176.50) 5. Adjust Water Valve 10 EA @$120.00/EA ($11?00.00) Bid Schedule F Item No.: 3. Cold Planing 1518 SF @$0.35/SF ($531.30) 4. 1.5"ARHM Overlay 1851 SF @ $0.89/SF ($1,647.39) Bid Schedule G Item No.: 3. Adjust Sewer Manhole 1 EA @$450.00/EA ($450.00) SUBTOTAL OF DECREASES TO THE CONTRACT ($21,216.24) INCREASE TO CONTRACT QUANTITIES Bid Schedule B Item No.: 4. 1.5"AR14M Overlay 14920 SF @$0.86/SF $12,831.20 New Items A. Bid Correction 1 LS @$800.00 $800.00 B. Increase Material Cost 107570 SF @$0.30/SF $32,271.00 SUBTOTAL OF INCREASES TO THE CONTRACT $45,902.20 TOTAL(NET INCREASE AMOUNT) $24,685.96 Contract Change Order No.2 International Pavement Solutions,Inc. City Project#04-01,2004 Citywide ARAM Overlay Page 2 of 3 REASONS FOR CHANGES. The increase to Bid Schedule B,Item No.4,is required in order to complete the overlay of Barona Rd. as indicated on the approved contract drawings. Following the award of the contract and after the project had begun,it was discovered that a portion of the work was not included in the original quantity estimate. This increase allows for the payment of the additional quantity as indicated on the project drawings and in accordance with the originally intended scope of work. Item A above corrects a math error in the original bid/contract. This overlay project initially began work in January of 2005. Prior to the start of work, The Engineering Department was informed by Desert Water Agency that some of the intended overlay areas were scheduled to have a reclaimed water line installed. This included the areas in bid schedules A and B (Araby Drive,Barona Rd. and Anza,Trail). Due to the proposed construction, these areas were not paved as part of the original project. The Contractor was asked if they would be willing to hold the contract open until after the waterline work was completed. Item B represents a i increase in the square footage price for the placement of the overlay material. Over the past several months the cost of Asphalt-Rubber Hot Mix material has increased significantly.The delay in the construction of Bid Schedules A and B was due to the above mentioned DWA work and was not the fault of the Contractor. Therefore,the Contractor is entitled to compensation for the difference in cost from when the work was originally to be performed and today. This item is inclusive of the additional costs of tack oil,trucking,and Contractor's overhead and is considered an agreed price per square foot. The total square footage indicated in this item is an estimate and the Contractor is aware that the final quantity could be higher or lower than what is indicated. In either case the Contractor will only be entitled to the increase in price per square foot for the actual quantity placed. All decreases indicated above are due to savings in the work that has been completed to date. These result from the actual quantities placed in the field being less than the original estimate. Contract time on this project has been deferred. Start date for bid schedules A and B is to be determined at a future date. No additional mark ups will be added to any item on this Change Order.All costs are final. SOURCE OF FUNDS Funds are available in the following account: Account No. 134-4498-50225 ARHM Overlay/Measure A Contract Change Order No.2 International Pavement Solutions,Inc. City Project#04-01,2004 Citywide ARHM Overlay Paige 3 of 3 _ Summary of Costs _ Contract Time Original Contract Amount: $325,892.00 Original Completion Date: March 18,2005 'This Change Order: $24,685.96 Days Added for this C.C.O.: --0— Previous Change Order(s): $7,848.00 Previous Days Added: —2- Revised Contract Amount: $358,425.96 Revised Completion Date: to be determined I have received a copy of dus Change City Approval: Order and the above AGREED PRICES are acceptable to the Contractor. Submitted Me Datej[110-05- Field Engineering Manager By �� % Approved by"/' Date ?)RENT C- R t EG E(2 y T E-,S. City-Engineer Date (9 0 S Approved b Date �\' Pt"Manager Distribution: Original Conformed Copies Conformed-File Conv Contractor (1) Engineering File (1) City Clerk (1) Engineering Field Inspector (1) Engineering Field Supervisor (1) Purchasing Agent (1) ATTEST: Engineering (1) Finance (1) o, ity Clerk APPROVED BYOITYCOUNG1I_ NOTARY ACKNOWLEDGMENT State of California County of San Bernardino On October 31,2005 before me, NANCY ESCOBEDO, Notary Public Date Name and Title of Ofricer(e.g."James Doe,Notary Public) personally appeared Brent C. Rieger Names)of Signer(r) ® 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, NANCY ESCoBEpp executed the instrument. Co IMMOnrkt547036 NoiarVPubAc-CONfomio '{ WITNESS my hand and official seal. San Bemordino County Q - - tvlyComm.Ezpkwjon3l, f NANCY ESCOBED , 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. Description of Attached Document Title or Type of Document: Change orders- City of Palm Springs Document Date: October 18,2005 Number of Pages: 2 Signer(s) Other Than Named Above: Capalcity(ies) Claimed by Signer(s) Signer's Name: Brent C. Rieger Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): President Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other; Top oFthumb here Signer is Representing: Signer is Representing: International Pavement Sol. Inc. M E M O R A N D U M TO: Carrie Rovney Public Works/Engineering FROM: Kathie Hart, CIVIC Chief Deputy City Clerk DATE: November 16, 2005 SUBJECT: IPS CO 2—A4989 cc: File Attached is a duplicate original of the above referenced agreement. We have kept the originals and bonds for our files. Please feel free to contact me if there are any questions, ext. 8206. /kdh attach. CONTRACT ABSTRACT Contract Company Name: International Pavement Solutions, Inc. Company Contact: Demos Rieger Summary of Services: 2004 Citywide AR.1IM Overlay(CP#04-01) Contract Price: $358,425.96 (Including this CCO#2 of$24,685.96) Funding Source: 134-4498-50225 Contract Term: One Year Contract Administration Lead Department: Public Works&Engineering Contract Administrator: David Barakian/Pete Agres/Mike Lytar Contract Approvals Council 11/03/04 (original approval date) Agency Approval Date: CCO#2 Approval Date: 11/02/05 Minute Order/ReschffionNwnber: 7581 (original mo#) /CCO#2 MO# Agreement Number: 4989 Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: By: CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: IPS,hic. Date: January 25,2005 P.O.Box 10458 Project No.: 04-01 San Bernardino,CA 92423 Project: AHRM Overlay Change Order No.: One (1) Contract Purchase No.: 516586 Account Numbers: 4498-50225 4491-50235 6800-50000 Minute Order No.: 7581 Agreement No.: 4989 CHANGES IN WORK/COST: INCREASE TO CONTRACT QUANTITIES New Items: A. Cold Plane/Paving Lump Sum/Agreed Price $7,848.00 TOTAL NET CHANGE ORDER INCREASE AMOUNT $7,848.00 REASONS FOR CHANGES: A. Alejo Rd. between Palm Canyon and Indian is to be overlaid as a part of this project. Since the project was initially designed, this street has deteriorated considerably, and requires additional construction before the overlay can take place. This item will allow for 4" of cold planning and the placement of 4" of asphalt concrete in this area. The above agreed price will allow for 3200 square feet of this pavement rehabilitation. Note: No additional marls ups will be added to any item on this Change Order. All costs are final. D. SOURCE OF FUNDS Funds for this work are available in the following account: Account No. 134-4498-50225 AHRM Overlay/Measure A ORIGINAL 61D ANDI AGREEMENT 1 Summary of Costs Contract Time Original Contract Amount: $325,892.00 Original Completion Date: March 18, 2005 This Change Order: $7,848.00 Days Added for this C.C.O.: --2— Previous Change Order(s): $ 0 Previous Days Added: —0-- Revised Contract Amount: $333,740.00 Revised Completion Date: March 22,2005 1 have received a copy of this Change City pproval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by v Date Pi d Gngineex�ing Manager By �iki4%G`C' ` Approved by (?` c�✓� Date ����✓ City-Engineer Dale Approved by l�2(o "�J�' /j — Date �-Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) •..�w�71'�� -`�YYI�t ��g,1,c� 00�„ 9"1"( ,�-1 2 International Pavement Solutions Inc 2004 Citywide ARHM Overlay CP04-1 AGREEMENT#4989 A/yG"RERnENT MO7581, 11-03-04 THIS AGREEMENT made this `i day of fC/.-P,CP??' ✓ in the year 2004, 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: 2004 CITYWIDEARHM OVERLAY CITY PROJECT NO. 04-01 The Work is generally described as follows: The work comprises the cold planing and grinding of existing asphalt concrete pavement; construction of asphalt rubber hot mix (ARHM)overlay;traffic striping and markings; sewer manhole adjustments to grade;and all appurtenant work. ARTICLE --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 the 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 ($325,892,00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s)named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 —THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List or Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Band, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to U 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 provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents, ARTICLE 6 —NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid,to the last business address known to the giver of the Notice. 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 AGREEMENT FORM 9115/04 AGREEMENT AND BONDS-PAGE 15 ARTICLE 7—MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Revisions 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 w ritten. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL, By 4"G^(.^A Minute Order No. 7581 Date 11/3/04 ��1•.��City Clerk i� Agreement No. 4989 APPROVED AS TO FORM: IA'`` re ,s t9 pgv�TL r By tt C1LrvACtlw � AllkY®�f1LY@_ 3as�_ d �Z Date— ..: hrwple and approved by CONT04TS APPROVED: NUb, eRdfi Contracting Date By - City Engineer Date By - City Manager Date L 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO. 04-01 AGREEMENT FORM 9/15/04 AGREEMENT AND BONDS-PAGE 16 CONTRACTOR: y�� �n Dy/J �nl/�. ��T �QLG(TITJ�s �C• (Check one: _individual,_partnership, corporation) Bysigndure G (NOTARI Print Name and Title: Bk�AjT (2 . f?i E,5 elP- � &6340 EN 7- By 4 (NOTARIZED) Print Name and Title: /JC-it/hl5 C. IEIE6E7r�, ARE su2C2 Mailing Address: A6 . 66K /D y.s-e _(�4-10 Z pI,r)ol C �/ 9� a Y3-D�lsd' Date /jf D6anQ&-1'-9 /'2 r '-L-d D y (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer). End of Signatures 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 9115/04 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On NOVEMBER 12, 2004 before me, Nancy Escobedo,Notary Public Dale Name antl The of Officer(e g,'Jana Doe,Notary PubLc") personally appeared Brent C.Rieger and Dennis C.Rieger Name(s)of Signers) ®personally known to me-OR-❑proved-le me on the basis of-safsfactepy-evidence to be the person{.) whose name(.)Ware subscribed to the within instrument and acknowledged to me that he/shelithey executed the same in his/herAheir authorized capacityfies. , and that by hisfherMeir signature(.) on the instrument the person(.}, or the entity upon behalf of which the person(&) acted, executed the instrument. I„ Con-mhsien 1t toter; Public- ccrror,lr_,' ; WITNESS my hand and official seal. Scan renlardina Ceunh{ 4 7i"^ Do re of a,y 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: Contract Agreements Document Date: _ NOVEMBER 12, 2004 Number of Pages: 3 Signer(.) Other Than Named Above: __ D�J Capacity(les) Claimed by Signer(s) Signer's Name: Brent C.Rieger Signer's Name: Dennis C.Rieger ❑ Individual ❑ Individual 19 Corporate Officer Z Corporate Officer Title(s): President Title(s): Treasurer ❑ Partner -❑ Limited ❑ General ❑ Partner -F-1 Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator r ` ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. END BOND KNOW ALL MEN BY THESE PitESENTS, That International Pavement Solutions,Inc. as Principal, and Safeco Insurance Compatry of America as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City" in the sum of, Ten Percent of Bid dollars (not less then 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHOtEAS, said Principal has submitted a Bid to said City to perform the Work required,under the Bid Schedule(s)of the Oty's Contract Documents entitled: 2004 CITYWIDE ARHM OVERLAY CITY PROJWT NO. 04-01 NOW THROW if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shah remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 19th day of October 2004. MNOPAL• International Pavement Solutions,hie. SURE'Y, (che orw: lfndlWdual, padnership, Safeco Insurance nsurance Company of America �corpotalion) Ely .ywe Karen J.LBlo la (NOTARMED tale ou In Fact Pdn(Name and Tab: (SEAL AtND1eN}OTARIAL ACKNOWLF)C ENT OF SUREM Brent C.Rieger,President BY (NOTAPoZt31) PM Name and rdle: Dennis C.Rieger,Treasuer (Gorpms Foos reeks two swetues;we rwn e0cch of the tollowhg yrcups:A_ChWnow or eoad,pMWOM,of WV Vice i#glderd;AND H Gwmtsry,Assetwd Ssvetwy,lla . r,Aadgant Troaarr,or ChW SMVKM Omer). 20D4 CISYMDE ARHM OVERLAY CITY PROJECT NO.04-01 BID BOND(BID SEWRITY FOM) 9115/04 BID FOPNIS•PAGE 12 SAFEOO OMPANY SAFECO- POWER GENERAL COMPANOFAMERICA IGENERAL INSURANCE COMPANY OFAMERIC'!1 OF ATTORNEY HOME OMCE:SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. SM KNOW ALL BY THESE PRESENTS: Thet SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washlroon corporation,does each thewb_ appoYlt wawwrwwwNwwrwwwarwww"a«„w'IUCRAHDA.BEAU;KAREN L B)ORNESTAD;Rodlao&,CJHellot+«�wxw�w.ww..w"wp-r«n«+wrrww�«r"� Ira tnw and ta448 atbomay(Wn-hct with fag autw*to axvaft orn ga bahat fxWiLy and wmty bonds or urdedaNigc and other downrnls of ash, r characiar issued In the couraa of Its business,and to bird the respective company thereby. IN WITNESS NMEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA two each executed and sttasted gtese presorts this Ah day of Mach 2003 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Artlda V.Section 13.-FIDELITY AND SURETY BONDS_.the President,any Vice President,the Secretary,aid any Assistant Yke President appointed for that phapose by the officer In charge of surely operations,shag each haft authority to appoint Individuals as whomeysm-fact or under other sppmpr4ta titles with authority to exechue on behalf of the mmpwW fidelity,and surely bonds and other documents of similar character Rued W the company in the course of Ita business..On any Instrument nakbp or evidencing such appoidnaM,the sW^h res may be aMKed by facsimile. On any Instrument conferring such authority or on any bond or u defti Ng of the compary,the aaal,or a tapinale thereof.may be impressed or aftbted or rn any other manner reproduced;pmvidrd,however,tat the seal shag not be necessary toga validity of any such Instrument or randodakig." Extract from a Resolution of to Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. 'On any certYhgte exerted by the Secretary or an assistant seavary of the Cornpony sattrg out, m The provfs on s of Article V,Section 13 of to D Laws.and (11) Aoopyoftho povhrof-atomayappdnlmem,executed pursuamtwelo,and (g9 Cadgykg gal said powar-04dtonay appointment Is In fug force and effect, to sigrahbn of the pdWyig officer may be byfecsWis,and the sad of the Company may be a bc*dlo garsdL I,Christina Mead.Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do thersby certify that the foregoing agrada of the Bya-wjm and of a Resolution of the Board of Directors of terse corpontions,and of a Power of Atlomey Issuad pursuant ttaveb,are Ina and cm act,and Mal both the Di4me.the Resolution and tha Pow of Allomey are still in full tap aid oRea IN WITNESS WHEREOF,I have hereunto set cry hand and atbeed the/acsinrie aaal of saki corporation this 19th day of October 2004 SEAL SEAL C lass Iss% a ' I'a( CHRISTINE MEAD,SECRETARY S-0971/S0EF 2A1 CA registered badenwkofSAEECO Comwntgn 03wrim For CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On October 19,2004 before me, Gabrielle B.Fulton,Notary Public Dale Name antl Title of Officer(e.g,'Jane Doe,Notary Public'? personally appeared KarenJ.Bjomestad Name(s)of Signers) ®personally known to me- OR-❑preved-te xne-en-the-bass-of^^' ^',.�e to be the person(-s) whose names)is/are subscribed to the within instrument and acknowledged to me that toe/she/they executed the same in his/her/the#authorized capacity(-ies�and that by * -►,�, tais/her/t#e f signature( on the instrument the person(s), GABf�IELLE B. FU'L M or the entity upon behalf of which the person(s) acted, ` Commission q 1452M s� executed the instrument. i,,r '- Notary Pubic -California 5 San Bgrndrdlno County ( i=,!4_ MyComrni)q . sNQv22,2007I WITNESS my hand and official seal. Signature of Rotary Public OPTIONAL Though the information belowis 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: Bid Bond Document Date: October 19,2004 Number of Pages: 1 Signer(s) Other Than Named Above: Brent C.Rieger,Dennis C.Rieger Capacity(les) Claimed by Signer(s) Signer's Name: KarenJ.Bjomestad Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): _ Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner -❑ Limited ❑ General ® Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator NMI W_ ❑ Other: Top of Thumb bec, ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: Safeco rnsnrance Company of America CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On October 19, 2004 before me, Nancy Escobedo,Notary Public Dale Name and The of Officer(e.g.,'Jane Doe,Notay Public") personally appeared Brent C.Rieger Name(s)of Signer(e) X personally known to me-OR-❑proved to me on the basis of satisfactory evidence to be the person(s) whose names)is/are subscribed to the within instrument and acknowledged to me that he/she/they,executed the same in hisAwMheif authorized capacity(4es}and that by his/hertiheir signatures) on the instrument the person(.4, or the entity upon behalf of which the person(e) acted, CN I CY ESCOBEDO executed the instrument. ommission#1289339 z Notary Public-Cal itomia a WITNESS my hand and official seal. r* San Bernardino County My Comm Cxml Van31 7(S)5 SlgneturA of Nolary Public OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the cbcument 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: October 19, 2004 Number of Pages: 1 Signer(s) Other Than Named Above: Karen J.Bjornestad 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 ❑ Partner-❑ Limited ❑ General ❑ Partner -[I Limited ❑ General ❑ Attorney-i n-Fact ❑ Attomey-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator aLCEUMMud ❑ Guardian or Conservator BERM ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. PEWORMANCE BOND Pond#rt65 9 Prelnin m:$6518.00 KNOW ALL MEN BY THESE PRESENTS, That INTERNATIONAL PAVEMENT SOLUTIONS„ INC. as Contractor, And Safeco Insurance Company of America as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the"City," in the sum of: Three hundred twenty five thousand eight hundred ninety two dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2004 CITYWIDEARHM OVERLAY CITY PROJECT NO.04-01 NOW THEREFORE if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its pad, at the times and in the manner specified herein,then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety,and notice of such aterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED.this 12TH day of November .2004. CONTRACTOR: SURETY: Internatiortial Pavement Solutions,hic. Safeco Insurance Company of America (Check one: _individual. _partnership, corporation) YBY OAS Karentt rlieN is ��e Title Attorue} Iu Fact (NOTA ) (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: Brent C.Rieger,President By ` spn�ute (NOTARIZED) Print Name and Title: Dennis C.Rieger.Treasuer (Corporations require two signatures; one from each of the following groups:A.Chairman of Board,(resident,or any Vice Resident; AND B. Secretary, Assistant secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 PERFORMANCE BONE 9/15104 AGREEMENT AND BONDS-PAGE I POWER SAFECOINSURANCE COMPANY SAFECO- �RALINSURANCE LAANYOFAMER)C + OF ATTORNEY HOME OFFICE SAFE00PPLAZA SE117tE,WASHINGTON 99135 No. am KNOW ALL BY THIESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Wasinpion corporation.dose each hereby appoint -1 u_11 t 1 t r++001*00MCI ARDA.BEAU:,KAREN L BJORMTAD;Podkxds,Cmlifixmim� t r t t+twH�rri t t�w«aN i i i Its btna and WAuI altorney(symad,wkh h o awoft to was i on is behalf fidelity and surly bonds or radedaWfgs and other docwrrNs of a sidar drncter baud in the cans of its business,and to bind dw mope*m oanFarySweby. M t1R MM YBEREOF,SAFECO MSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have sadn eranaid and ahead firaae Keewds this 71h day of Much 20u3 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Exlnd from the By-laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Adide V,Section 13.-FIDELITY AND SURETY BONDS...the Resident,arty Via Pnesidannt.the Secnwy,and any Assistant Vice President appoMsd for Vast pmpose by the ofkor it darpe of[wady operstlone.shall sech Taw atNnorayto appoi t idNdtnaa a■Soneya-irad"Under other approprimu tides vAlh suUwly to eracrls on baler ot to coupsny IiMliy and wady bards and other documm s of sh Wo dwader broad by Se cm"ny in the ccuae of is business...On ary hnettartsrd craft or wAdw ckg such oppoi irnent the $infuse fray be allhud by hcsirWk- On ry Mhtarant conferrig such atWafry or on any[rod or mderlskhg of 1hs oemqww,the awl,or a facsiria 1weot.Tray be impressed or aMxed or in arty other manner mpmdta:ed;p umAlled,however,Sat 0e a"shot not be neC»say a In,vaMdly of my such koh mo nt or tmdsdaidrg.' Extract Noma ReeoYAbn of the Boad of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL MMUtANCE COMPANY OF AMERICA adopted July 25,1970. 'On any arlyhcats wmaid by the Seaadsy or an assistant seise Wy of the Company aNbg out. m The pnwblma of N6*V,Sacdon 13 of fie BI`Lalee,and (lit) A copy of the poaarafatbrnay appob*Tn t,exaaaed pumm m tlendo,and (e) CwdUyig tat said povwr-oWforney appointrrant is In fW fora and effect the sipfabae of the oertNft of or nay be by faakndo,and the seal of tim Company may be a faahrils thereof." I,Ctxbtine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA.do hereby cuff Mat ra br wkV extracts of Ma ByAmm and of a ReeNndon of the Board of Diactom of Bess mrporadona,and of a Power of Mammy Issued pnunt Sweb,are bus and coned,and that both the%dews,Bra Resoitlim end the Pevwr orMkxrey are ahl in hr fora end[affect IN Yy1THESS YNiEREOF,I have hweui set my hand and afifxed the haknia sect of said corporation this 12th dayof November 2004 4 � MlOItlQE SEAL SEAL 1943 �y�tsza ,ko CCHRISTINE MEAD,SECRETARY S�974r-,AEF 2131 ®Areghderod badmxar,'cof SeFECO eorPorerion 030W =PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On November 12,2004 before me, Gabrielle B.Fulton,Notary Public Data Name and Title of Officer(e.g.,'Jane Doe,Notary Public") personally appeared Karen J.Bjornestad Namc(c)of algner(s) ®personally known to me- OR-❑pr 8d#e_rna on the basis of satisfactory evidence to be the person(O whose nameW is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the _ _ _ / same in hislher/Melif authorized capacity0es),and that by GABRIELL.E B, FlLLTON a ` his/her/theif signatureW on the instrument the personal, "+" Commission M 145258E 1 or the entity upon behalf of which the person(s) acted, -: Notary Public -California executed the instrument. Son Bernardino County I� NyCo_'n'.E'g*esNov22 20D7 WITNESS my hand and official seal. �� Sgnatupot Nofary Public OPTIONAL Though the information belowis 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 Bond Document Date: November 12,2004 Number of Pages: l Signer(s) Other Than Named Above: Brent C.Rieger, Dennis C.Rieger Capacity(les) Claimed by Signer(s) Signer's Name: Karen J.Bjornestad Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ® Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb La± ❑ Other. Top of thumb here Signer Is Representing: Signer Is Representing: Santo Insurance Company of America CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Berardino On. NOVEMBER 12, 2004 before me, Nancy Escobedo,Notary Public Data Name and Title of Officer(e g,'Jane Doe,Notary Public") personally appeared _ Brent C.Rieger and Dennis C.Rieger Name(s)of Signer(s) ® personally known to me-OR-❑proved to me on the basis of satisfactory evidence to be the persons) whose names}is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in hisUerlthl authorized capacity(ies, and that by his/ter/their signature(s) on the instrument the person(s , or the entity upon behalf of which the persons) acted, €SCOPE -- executed the instrument. `` C ,n eson# 1ti r eel WIT .SS my hand and official seal. u d PuFi9dc- `e,,,,�'!;,i•r��Ny Cornet��'' _ , Slgnaf re of Nolary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the cUcument and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment&Performance Bonds Document Date: _ NOVEMBER 12, 2004 Number of Pages: 2 Signer(s) Other Than Named Above: /T('/� }� Capacity(les) Claimed by Signer(s) (/ Signer's Name: Brent C.Rieger Signer's Name: Dennis C.Rieger ❑ Individual ❑ Individual ® Corporate Officer IZ Corporate Officer Title(s): President Title(s): Treasurer ❑ Partner -El Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator J11111M ❑ Guardian or Conservator ❑ Other: Top of thumb nor [IOther: Tap of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. Bond#6276839 PAYMENT BOND Premium: Included KNOW ALL MEN BY THESE PRESENTS, That INTERNATIONAL PAVEMENT SOLUTIONS, INC. as Contractor, And Safeco hisurance Compam} of America as surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California,hereinafter caged the'City,"in the sum of: Three hundred, twenty five thousand eight hundred ninety two ----------- dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 20D4 CITYWIDE ARHM OVERLAY - CITY PROJECT NO,G41-01 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, " for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3262, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about perfarm mce 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, shag have complied with the provisions of said laws, than said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay,in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3101 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shag any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 12TH day of Nol ember 2004. 2004 CITYWIDE ARHM OVERLAY PAYMENT BOND CITY PROJECT NO 04-01 AGREEMENT AND BONDS- PAGE 20 9115/04 CONTRACTOR: International PaN ement Soludorls,Inc. (Check one:_iMrvidual,_partnership, _corporation) By a slanarva INOTARI ) Print Name and Title: Brent C.Rieger.President BY (N6TARIZED) Print Name and Title: Detmis C.Rieger.Treasuer (Coryoralions rogiire two signatwes:one Irani,eacd of the following grotws:A.Chairman of Board,PreskWit.or any Vldf PresMem;AND B. Secretary, AssisMr Secretary, Trearurx,Asai v..t Treasurer,a CNef Fa racial Officer). SURETY Safeco Insurance Compam of America Ry Kar .i. Bjon> ytad� Title vv Attomev In Fact (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 2004 CITYWIDE ARHM OVERLAY PAYMENT BOND CITY PROJECT NO.04-01 AGREEMENT AND BONDS- PAGE 21 9/15104 FOYER E ANYOFAMERCA SAFECO- COMPANY oFnMERCA rm OF ATTORNEY �� SEATTLE,WASHINGTON 98185 No. am KNOW ALL BY THESE PRESENTS: The SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Vilastdnybn corporator,does each hereby appolit w_n-nnirurrrrrrnwrnuuuu uunui-h-IIU(3IAADA BEAIJ,KAR@II.BJORPIESTAD,RedYody Cali/ia�`r'ruair rwrnu ru urr«w«wrr+«rrrrw++hN ita true and knfc atonwy(s)4nrtad,viah laid ahYhaty b exenb m Its,behW fidelity and suety bonds or uhdedakbaa and otw doc nMMs of a sim0w dwagn Issued in the course of fta bmkusa,and to bled the respeclive company aweW. IN WITNESS WHEREOF.SAFECD INSURANCE COMPANY OF AMERICA aM GENERAL NI URARCE COMPANY OF AMERICA twos each w arxied and aYesled thew prawnls thR 7W day of Much 2D03 � P�aAw5 CHRIS71ME MEAD,SECRETARY MIKE MCOAVICK,PRESIDENT CERTIFICATE Extred from the%-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Artlde V,Section 13.-FIDELITY AND SURETY BONDS...the PreakkK WV Vice Fteakbnt,the SeaeWy,and any AsskfaM Vim PtaNdent appokbd for that purpose by the ofacer b dweW of aunty operations,31W each hw aulho*to appoid kv*Aduds as alornaysi 4act or under otter appropriate Was vdlh audxw"b web on belrW of Bm wnpay eddy and sully bonds sad other doaarwrts of skrAw dwacbr Issued by fife corrhpary in the coterie of ifs busiww...On any kwkww It rrildrg or wAdendrg such appoidrnark the atprwaaas may be afihed by facsm*e. On arty kv*twnwd coribndnp such aLftwity or on arty bond or undarlekkg of the corrpany.tw seat or a Glcsirhta thersnf,may be krprosmd or aMxed or in sey odwr rrunnw repnod um&,provided,howevero dM the seal she not be nwwasary b On vatdly of arty such kabur nant or undadaki g' Extract Noma Rseokdbn of the Board of Dkecon of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopbd.kdy 25,1970. 'On any anlikab axeabd by the Seaelary or w aasbtant secretary of to Conparry setWV our, (q The provisions of Article V.Sad m 13 of tie By-Laws,and (H) A copy oft he pmwofa brnay appobbrwnt,wwanbd pursuant tarelo,and (tap CmWykg Wait mid pwmr-d-aMonwy appownrnt Is in full Lorca and enact, the slyrataa of the carifft officer rrary be by%oak&,and the aaet of Va Company may be a bcekrile throof.' 1.Chrktna dead.Saaelary of SAFEOO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby cartlty tat the brepoirg axMKb of die Bptr"and of a Rwolubm of the Board of Dkedom of Woes wpondbris,and of a Power of/dbmey Issued puward twab,are true and send,said that both Wu Br4 awe,fit Resokdfon and the Power of Adiormy are FM to full foroe and affect IN VWTNESS VYIEREOF,1 haw hwounilo set ey hand and atissd the hdieile seal of mid corporation thle 12th day of November 2004 ksSEAL CHWSTINE MEAD,SECRETARY S-0974rAEF 2D1 SSA r.0ic�iran:emarc d&iFL-CO Cppwatlan 03Wr,0M PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On November 12,2004 before me, Gabrielle B.Fulton,Notary Public Date Neme and Title of Officer(e g,'Jane Doe,Notary Public') personally appeared Karen J.Bjornestad Names)of Signer(s) N personally known to me- OR-❑ proved to me on4he ass of satisfactory evidence to be the person(sj whose name(s}is/are subscribed to the within instrument and acknowledged to me that the/she/they executed the same in ##her/their authorized capacitypes}and that by bis/her/#heir signatureW on the instrument the person(), GABRIELLE B.FULTON or the entity upon behalf of which the person{ acted, `' ` Commission if 1452WO fi executed the instrument. -r Notary Public -CaNfomla q San Bernardino County WITNESS my hand and official seal. My Carrm.E)Pk%Nw22= L pry VNA Signalue,of Notary Public OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the dicumenf and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond Document Date: November 12,2004 Number of Pages: 2 Signer(s) Other Than Named Above: Brent C.Rieger, Dennis C.Rieger Capacity(les) Claimed by Signer(s) Signer's Name: Karen J.Bjomestad Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General N Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other. Top of dimnb hsa ❑ Other: Top ofthumb here Signer Is Representing: Signer Is Representing: Sareco Insurance Company of America. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On NOVEMBER 12, 2004 before me, Nancy Escobedo,Notary Public Mato IJame antl The of Oirmer(e g,'Jane Doe,Notary Public") personally appeared Brent C.Rieger and Dennis C.Rieger Name(s)of Signer(s) ®personally known to me- OR-❑prev 4_W-;,a or, bas;��atisfaetery-evidence to be the personal whose names)islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(les);and that by hisftrerRheir signature(s) on the instrument the person(s4, or the entity upon behalf of which the person(o acted, n executed the instrument. pl (-,�.,.Y�n_,,r; Caliiorolcl 1'i�t'11C- _ "r n.farr9ina C' , WITNESS my hand and official seal. r gnaWre of Notary Pubic 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: Payment&Performance Bonds Document Date: NOVEMBER 12, 2004 Number of Pages: 2 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 X Corporate Officer X Corporate Officer Title(s): President Title(s): Treasurer ❑ Partner-0 Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n-Fact ❑ Trustee gLeuh El Trustee ❑ Guardian or Conservator r` ❑ Guardian or Conservator iffiffiffim ❑ Other: Top of diumb h. ❑ Other. Top of rhumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc, Search Results - Page - - AM Best Online Ratings and Analysis Page 1 of 2 December 13,2004 „ <J1 \ BEST ZJ Rely Info ma arnbast.com Greater Ar�tpq �I 'i9 • Rotings.&_Analysis N!4[lte Y[atki •Neves Publicaticne r Prcduors 5 Serromes •Inc,umnce R saurccs •Abour A to' Best Search Results Page 1 of 1 Rating `y� 5 Rated or Unrated companies found, results sorted by Company Name (ascending) SEARCH(' Criteria Used: Company Name: Company names starting with Safeco Insurance To refine your search, please use our Advanced Search or view our Online Help for more it G P.atlinds (I, Company Irfarmahon r-- --_----- View results starting with: A B C D E F G H I J K L M N O P Q R S T U V W X Y Z _ Besrs Enter Company Nome AMB# ® Industry ® Company Name Rating ® Domicile or A.M.Beat Number 9 Find it 00078 P Safeco.Insurance Companies A United States:Wa n§om Search ri,oic 02448 P Safeco Insurance Company of A United States:Wa p n_ America CONTACTU'S 02709 P Safeco Insurance Company_of A United States: Illin Illinois tuners 12053 P Safeco Insurance Comoanv of A United States: Ind e in the Indiana Find v. is A.M. tS rworlESYT -'_. _._.__.___ _ ur kcnuonc� 12425 P Safeco..Ins_urance Co-mpanyof A United States: Ore Oregon Whatdo you thfhk,_-) *Ratings as of 1211312004 04:39 PM E.S.T. Send us y our tom me m s Industry: P = Property/Casualty(non-life) L = Life/Health Accessing the pages View the Guide to Best's Financial Strength R on ambest.com atings for an in-depth explanation of Best's constitutes the user's System and Procedures. agreement to our terms-of-use; Information collected via this Web site is _ protected by our Important Notice: Best's Ratings reflect our opinion based on a comprehensive privacy.statement, qualitative evaluation of a company's balance sheet strength, operating performance and Comments or concerns should be directed to Y9 These ratings are not a warrant of an insurer's current or future ability to meet its contra our customer service View our entire notice for a complete details. group;For other matters refer to our contact us page. Companies interested in placing a Best's Security Icons on their web site to promo strength may register online. _Customer Service I Product Support I Careers I Contact Info I About A.M. Be: Site Map I Privacy Policy I Security Terms of Use I Legal & Licensing Copyright©2004 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this report may be distributed in any electronic form or by any means,or stored in a database or retrieval syst written permission of the A.M.Best Company.Refer to our terms of use for additional details. http://www3.ainbest.com/ratings/RatingsSearch.asp 12/13/2004 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 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. l 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 COVER SHEET 9115/04 BID FORMS-PAGE 1 R - 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: 2004 CITYWIDEARHM OVERLAY CITY PROJECT NO, 04-01 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, 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 Prices)named in the aforementioned Bidding Schedule(s) Dated: lUC l ($x atlb Bidder: :V4-rsR.XtA-Tt OAsAt AAueK-IUT SOLC(710e13 ZWC By (Signs e) Title: �'� T C •�216 G�f27 �`� j . 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 BID(PROPOSAL) 9/15/04 BID FORMS-PAGE 2 BID SCHEDULE A Schedule of Prices for the Construction of the: 2004 CITYWIDE ARHM OVERLAY - CITY PROJECT NO. 04-01 ARABY DRIVE (from STA. 3+96. 77 to STA. 20+44.50) in Palm Springs, California Drawing #7 Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization - - - LS $2,800.00 2, Traffic Control - - - LS $ j 000.00 Cold Plane Existing Asphalt Concrete 3. Pavement 13,050 SF $ • Z5 $ 3a&a•50 no 4. Construct 1 '/2" ARHM Overlay 49,300 SF $ . $ $ pp i,/Z-, 5. Adjust Water Valve Cover to Grade 21 EA $ tab 4°� $ A520.OD 6. Adjust Sewer Manhole to Grade 5 EA $ � $ CIA 50.0 D 7. Install Survey Monument Well 3 EA $ 350•e—° $ /050.0D 8. Traffic Striping and Markings - - - LS $ 3a.50 .0 0 TOTAL OF ALL ITEMS OF THE BID SCHEDULE A: b'y,3 a : SZS $ _Z5Gra � 5. 5C, (Price in figures) ; (PnA in ortls) ley T- fITERAl�1TlD�RL �i4U�/l1�iUT SLYUT10A1S- • Name of Bidder or Firm 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 9115/04 UNIT PRICE BID SCHEDULE BID FORMS- PAGE 3 BID SCHEDULE B Schedule of Prices for the Construction of the: 2004 CITYWIDE ARHM OVERLAY — CITY PROJECT NO. 04-01 BARONA ROAD (from 600' south of E. Palm Canyon to Jacaranda Rd. ) ANZA TRAIL (from Barona Rd. to Sta. 1+70) in Palm Springs, California Drawings #2&3 Item Description Estimated Unit Unit Amount No. Quantity Price 1 Initial Mobilization - -- LS $2,200.00 2. Traffic Control - - - LS $ 1 000.00 Cold Plane Existing Asphalt Concrete 3. Pavement 5,500 SF $ .35 $ l9a5•0D 4. Construct 11/2" ARHM Overlay 43,350 SF $ . $ir $ 35 r-3:-5e r 5. Adjust Water Valve Cover to Grade 14 EA $ I 9A QQ $ 1680.00 6. Adjust Sewer Manhole to Grade 1 EA $ .00 $ y,SO.00> 7. Install Survey Monument Well 3 EA $3S0. 00 $ /0S0. 00 8. Traffic Striping and Markings --- LS $ a)a,`1 Is . 0 D TOTAL OF ALL ITEMS OF THE BID SCHEDULE B: (Price in wards) ��"` . N762AMWOMAL AU:rl eA)T SGY_c�q7"'g TUC. Name of Bidder or Firm '! 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 9/15/04 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 4 BID SCHEDULE C Schedule of Prices for the Construction of the: 2004 CITYWIDE ARHM OVERLAY - CITY PROJECT NO. 04-01 VIA ALTAMIRA (from Via Chica to Via Miraleste) VALMONTE NORTE (from Via Chica to Via Corta) AVENIDA PALO VERDE (from Tamarisk Road to Via Altamira) VIA CORTA (from Via Altamira to 40' North of Granvia Valmonte Centerline) in Palm Springs, California. Drawing #4 Item Description Estimated Unit Unit Amount No. Quantity Price 1 Initial Mobilization - -- LS $3 000.00 2. Traffic Control - - - LS $ j 7,00. 0 0 Cold Plane Existing Asphalt Concrete 3. Pavement 2,200 SF $ .50 $ J /00.00 4. Construct 1%" ARHM Overlay 64,700 SF $ -4p- $ sa-7.2 A� 5. Adjust Water Valve Cover to Grade 4 EA $ 2.0.00 $ 40.Da 6. Adjust Sewer Manhole to Grade 9 EA $ .00 $ 41056. 06 7. Install Survey Monument Well 4 EA $ '�S50.00 $ 1g60. 0& 8, Traffic Striping and Markings - -- LS $ 1 i 7j C 0 • OD TOTAL OF ALL ITEMS OF THE BID SCHEDULE C: l vc;cam' �y _ At-' $ Y 17(Price i fig ( ri ice Owards)q �T.�vwy C�/l�- t�i`'C''I.I�J:��M�% ✓ti'�L41�'(✓' i. .(/��.E.I�t�L' ?V7& 1f7.1DN& PArI (in VfE/tirsa�uT�o�s Luc . Name of Bidder or Firm 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 9/15104 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 5 BID SCHEDULE D Schedule of Prices for the Construction of the: 2004 CITYWIDE ARHM OVERLAY - CITY PROJECT NO. 04-01 GRANVIA VALMONTE (from Via Corta to Via Miraleste) VALMONTE SUR (from Via Chica to Via Corta) VIA COLUSA (from Via Chica to Via Miraleste) VIA CORTA (from 40' North of Granvia Valmonte Centerline to Via Colusa) in Palm Springs, California. Drawing #5 Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization - - - LS $2,900.00 2. Traffic Control --- LS $ 1200,oa Cold Plane Existing Asphalt Concrete 3. Pavement 720 SF $ -$'D $ /D$o• 00 ?S a fa�i 712. UZ 4. Construct 1'/z" ARHM Overlay 65,000 SF $ ••q-9 $ 5. Adjust Water Valve Cover to Grade 7 EA $ IQLO.ob $ 8YD.00 6. Adjust Sewer Manhole to Grade 6 EA $ 4S'6. 00 $ .Q 70D• d D 7. Install Survey Monument Well 1 EA $ 3SU•00 $ 35-6. 06 8. Traffic Striping and Markings - - - LS $ t JOD• O o TOTAL OF ALL ITEMS OF THE BID SCHEDULE D: � � L l /noL $ - �-� (Price in fipres) (Price in words) �� (`�,Vln�+c�'�` °-�:1��) VYkiQ- /W-r.f/Li.�t-F�� �q.��ut�r /.�U`"C,t•�": 2/ JJIITlaATMAIXIG musI ewr -50La77o11/5 .TVC, Name of Bidder or Firm 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 9/15/04 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 6 BID SCHEDULE E Schedule of Prices for the Construction of the: 2004 CITYWIDE ARHM OVERLAY - CITY PROJECT NO. 04-01 GRANVIA VALMONTE (from Via Miraleste to Avenida Caballeros) CAMINO REAL (from Alejo Road to north end cull de sac) in Palm Springs, California Drawing #6 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization - - - LS $3 800.00 2. Traffic Control --- LS $ IUD-Do Cold Plane Existing Asphalt Concrete 3. Pavement 24,600 SF $ .Aot $ Y9a0.. 00 4. Construct 1^/" ARHM Overlay 71,900 SF $ --A-I)'- $ 5. Adjust Water Valve Cover to Grade 11 EA $ .00 $ 13-�O.D 0 6. Adjust Sewer Manhole to Grade 6 EA $ Sb.b D $ -�'206 .0 D 7. Install Survey Monument Well 1 EA $ SIt,DO $ 3S-6. 0D 8. Traffic Striping and Markings -- - LS $ &6D. 00 TOTAL OF ALL ITEMS OF THE BID SCHEDULE E: c1 , S75r� $ - ',cgs--6c) (Price in figures( JP co in words( UI LV i" �`//Cf/✓UYL '�'-f:^U`P,n i„( �'f/v`F✓/� F GI!1.2t'J =ACtEWJ{ ClDntl4t �AUEI�lE1JT SOLI TLDrJ-S Name of Bidder or Firm 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO. 04-01 9/15/04 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 7 BID SCHEDULE F Schedule of Prices for the Construction of the: 2004 CITYWIDE ARHM OVERLAY - CITY PROJECT NO. 04-01 Alejo Road (from East Palm Canyon Drive to Indian Canyon Drive) in Palm Springs, California Drawing #8 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $1,100.00 2. Traffic Control -- - LS $ r 600. 0 D Cold Plane Existing Asphalt Concrete 3. Pavement 4,650 SF $ •b5 $ /b �•Sa j 'I, `1'�Io",FD 4. Construct 1'/" ARHM Overlay 20,200 SF $4 $ j� b8—Q0 /^v 5. Adjust Water Valve Cover to Grade 1 EA $ 100.OD $ /a0.0 b 6. Adjust Sewer Manhole to Grade 1 EA $ SD.DD $ Vo. oC 7. Traffic Striping and Markings --- LS $ AA ?S. 0 0 TOTAL OF ALL ITEMS OF THE BID SCHEDULE F: 7 r 5 0 S-6 $ ?� (Price in figures) "J_ j �(r� (Price in wards) ��in,� .;�-U./vl7"+�"'-Owr"Y+—eQ. �.CU-e,�'�vvl�..Lc��J '✓l,�f— ',ly � E1..n71 Z1S'CERNATtOt.cAI. �QQIYEM�IJT SOLu-TtONa ��• Name of Bidder or Firm 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 9/15/04 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 8 BID SCHEDULE G Schedule of Prices for the Construction of the: CITY PROJECT NO. 04-01 Gene Autry Trail from Ramon Road to Tamarisk Drive. in Palm Springs, California Sewer manhole adjustment to grade only. Item Description Estimated Unit Unit Amount No. Quantity Price 1- Initial Mobilization -- - LS 450.00 2. Traffic Control -- - LS $ 75b. 00 3. Adjust Sewer Manhole to Grade 10 EA $ 0• oo $ S/SDO-o0 TOTAL OF ALL ITEMS OF THE BID SCHEDULE G: $ 5,70 0. O D (Price in figures) fp lI e A ;JA/v�t.dli0la/JO�nc�- / d(� �oit.B�!/y,J (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULES "A", "B", "C", "D", "E", "F" AND "G": ��/ 7lar 616 (Price in figures) (Price in words) 'V�C� �-2..('V�.Lf�A'NU�OC �IiU"."_—���L/✓`(i�y�'�'_G�'�"v""'�w�7VT/""'"'"' ""`-� , 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. Stt1E12iv41iTt0tJal {�OSLvv�nsr SDLUTwNS zNc. Name of Bidder or Firm 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01- 9/15/04 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 9 INFORMATION REQUIRED OF BIDDER UST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 7�yso � 7 e�.O Zo �'a 37(0 2. JJJ 3. 4. 5. 6. 7. 8. 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 LIST OF SUBCONTRACTORS 9/15/04 BID FORMS-PAGE 10 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 2 pp >) �� County of 9y 0 I, Al1T C. y2�EFER� being first duly sworn, deposes and says that he or she is P�SaJ�uT of I71/lEPA1�101URC_ ui"lE7t1% the party making the `u tioNs x�{C foregoing Bid, that the Bid is not made in the interes 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. n _ Bidder �M1e�t��� +o eQ••.c_. By Title !E CAR Organization pQLpA�ce� /( tfr � 6 • Address �,d. /0yd� 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 NON-COLLUSION AFFIDAVIT 9/15/04 BID FORMS-RAGE 11 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTORS Name and Street Address: -iPvr62NR7-�o.v4[. 7R19UC-M,-AJ7-/ SDLccT)ID,US �j_XXIC .,q�, Nl&x d 2. CONTRACTOR'S Telephone Number:(909 Facsimile Number: ( 909 3. CONTRACTOR'S License: Primary Classification 7a7 State License Number(s) 7o29aa.h Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety SAFtco xrvs. CO - of AMer Rrc✓} Address 130 w , DINE ST ?6&* ,b 5 , Ci9 ja 8 3 Surety Company Telephone Numbers: Agent (90 Surety (�d7 ) 79a-d35/S 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: AV19�014- 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: -Wmr C• 4RlEG eP , :�RZ s. P D.Ra (o s, µrmtDN g OA ,WZANtS C• pte6C-Q I-Mi5 S/C15D 42512.5 CALLE VoµtEuuo Tti"Cu ua CA- RaS5`1) RLFyEe D-DD U0 • k6,0M IZ pA 92.-bS9_ 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 BIDDER'S GENERAL INFORMATION 9/15/04 BID FORMS- PAGE 13 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: o2Jc )A?ar$ . 9. List at least three related projects completed to date: a. Owner ,A'QOe, (TAV Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: J I) ,�LE� I640el2. AiTSAtpEMT- 11. Is full-time supervisor an employee y� contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 BIDDERS GENERAL INFORMATION 9/15/04 BID FORMS- PAGE 14 lNTERNAT10ML, — .F; F.AVEMENT BRANCH OFFICES: —Redlands —Orange County —Nevada SMTIOA, —Palm Desert —San,lose —Arizona P.O. Box 10458,San Bernardino,CA 92423-0458 — (909) 794-2101 — 1 (800) 826-4163 — Fax: (909)794-7098 Reference List — Public Works San Bernardino County 385 N. Arrowhead San Bernardino, CA 92415-0184 909-387-8907 Contact Shakil Patel, AM Numerous Projects Asphalt, Concrete, Seal Coat, Striping And Bldg. Construction Contract Range $8745.00 - $117,950.00 GSG Parking Lot ADA Morongo Basin Parking Lot $50,804.00 $35,786.00 Start 08-15-02 Complete 08-28-02 Start 10-01-01 Complete 10-31-01 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 11-01-01 Complete 11-30-01 Crestline Sanitation Parking Lot $8,750.00 Start 10-15-01 Complete 10-31-01 Port of San Diego F.O. Box 120488 San Diego, CA 92112-0488 619-725-6086 Contact Jay V1Taelder or Cyrus Toos4 Gallagher Deficiencies—P,DA Compliance Asphalt, Concrete, Construction, Striping Base Bid $90,064.00 c/o $24,770,9S Total Contract $114,834.95 "Your Complete Outdoor Nfaimerecenee Felt t on " CA License#A/B729226.NV License#A0041881 . 1ap.1A1'mv naveMent—solullons corn Santa Rosa Community Services District 41785 Enterprise Circle South Temecula, CA 92589 909-296-3176 Contact John Rogers, P.E. Numerous Projects Asphalt, Seal Coating, 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 02-29-02 Crafton Hills Community College 44100 81h Street San Bernardino, CA 92408 909-389-3381 Contact Darrell Covino 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 INTERNATIONAL PAVEMENT SOLUTIONS, INC. BALANCE SHEET AS OF 07/31/04 ASSETS CURRENT ASSETS -------------- CASH IN BANK $ 192, 875. 15 ACCOUNTS RECEIVABLE 2, 819, 179. 18 ACCRUED RETENTION 197, 333.33 EARNINGS IN EXCESS OF BILLINGS 3, 945, 384 . 87 MATERIAL AND SHOP INVENTORY 45, 026. 10 PREPAID EXPENSES 115, 914 . 40 --------------- TOTAL CURRENT ASSETS $ 7, 315, 713 . 03 OTHER ASSETS ------------- VEHICLES & TRAILERS $ 313, 900 . 89 LEASEHOLD IMPROVEMENTS 62, 832 . 13 MACHINERY & EQUIPMENT 904, 599.48 MACHINERY & EQUIPMENT REPAIRS 109, 860.30 VEHICLE REPAIRS 256, 132 . 18 GOODWILL 192, 668 .27 ORGANIZATIONAL COSTS 3, 965. 00 ACUMULATED DEPRECIATION (1, 052, 333 . 42) AMORTIZATION (69, 890 . 34) SUSPENSE 260 . 00 --------------- TOTAL OTHER ASSETS $ 721, 994 .49 --------------- TOTAL ASSETS $ 8, 037, 707 . 52 --------------- --------------- INTERNATIONAL PAVEMENT SOLUTIONS, INC. BALANCE SHEET AS OF 07/31/04 LIABILITIES AND STOCKHOLDERS ' EQUITY CURRENT LIABILITIES ------------------- ACCOUNTS PAYABLE - COMPUTER $ 1, 918, 962. 99 ACCOUNTS PAYABLE - MANUAL 819, 751 .40 BILLINGS IN EXCESS OF EARNINGS 101, 459. 81 ACCRUED EXPENSES 357, 673 . 09 CURRENT PORTION LONG TERM DEBT 3, 079, 115. 97 --------------- TOTAL CURRENT LIABILITIES $ 6, 276, 963.26 OTHER LIABILITIES ----------------- --------------- TOTAL OTHER LIABILITIES $ . 00 STOCKHOLDERS ' EQUITY -------------------- CAPITAL STOCK $ 7, 500 . 00 RETAINED EARNINGS 1, 194, 224 . 65 NET INCOME (LOSS) TO DATE 559, 019. 61 --------------- TOTAL STOCKHOLDERS ' EQUITY $ 1, 760, 744 .26 --------------- TOTAL LIABILITIES AND STOCKHOLDERS ' EQUITY $ 8, 037, 707 . 52 --------------- --------------- INTERNATIONAL PAVEMENT SOLUTIONS, INC. STATEMENT OF INCOME - ALL DIVISIONS PERIOD: 07/01/04 TO 07/31/04 CURRENT-PERIOD YEAR-TO-DATE AMOUNT RATIO AMOUNT RATIO REVENUE REVENUE - ASPHALT $ 1, 326, 915.20 56. 10 $ 7, 012, 751 .30 49.29 REVENUE - CONCRETE 382, 744 . 97 16. 18 2, 870, 367 . 36 20. 18 REVENUE - CONSTRUCTION 178, 509. 62 7 . 55 1, 078, 361 .27 7 . 58 REVENUE - SWEEPING 61, 923 . 00 2 . 62 509, 670 . 40 3.58 REVENUE - LANDSCAPING 111, 266. 00 4 .70 397, 212 .29 2 .79 REVENUE - PRESSURE WASHING 7, 760 . 00 .33 29, 550. 00 .21 REVENUE - SEAL 152, 969. 00 6. 47 1, 268, 988 . 95 8 . 92 REVENUE - SEAL PRODUCTION 53, 060 .73 2 .24 282, 864 . 64 1 . 99 REVENUE - STRIPE 86, 522. 50 3 . 66 774, 855. 44 5. 45 PROFESSIONAL SERVICE INCOME 5, 000. 00 .21 15, 000 . 00 . 11 REVENUE - OTHER . 00 . 00 719. 00 . 01 DISCOUNTS ALLOWED (1, 229. 67) . 06- (13, 446.77) . 11- --------------- --------------- TOTAL NET REVENUE $ 2, 365, 441 .35 100 . 00 $ 14, 226, 893 . 88 100. 00 ---------------- --------------- COST OF REVENUE --------------- MATERIAL $ 753, 605. 85 31 . 86 $ 3, 882, 080 .76 27 .29 LABOR 602, 333 . 59 25. 46 3, 565, 519.59 25. 06 SUBSISTENCE 682 . 50 . 03 5, 190. 00 . 04 PAYROLL TAXES 50, 913. 97 2 . 15 305, 786. 69 2. 15 WORKERS COMPENSATION (10. 00) . 00- 712, 036. 72 5. 00 SAFETY EXPENSE . 00 . 00 2, 807 . 62 . 02 FIRST AID . 00 . 00 4, 598 .22 . 03 SUBCONTRACTORS 404, 230 . 14 17 . 09 1, 555, 109.40 10 . 93 EQUIPMENT LEASE 50, 000 . 00 2 . 11 350, 000 . 00 2 . 46 EQUIPMENT RENTAL 41, 709. 69 1 . 76 184, 517 . 35 1 .30 DAMAGE CLAIMS . 00 . 00 7, 455 . 13 . 05 REPAIRS & MAINTENANCE 23, 033 .24 . 97 193, 750. 65 1 .36 FUEL 61, 182 . 44 2 . 59 314, 869.27 2 .21 TRAFFIC CITATIONS 107 . 00 .00 2, 333.50 . 02 DEPRECIATION 14, 325. 00 . 61 97, 831 . 42 . 69 SUPPLIES 21, 434 . 67 . 91 26, 509. 59 . 19 DUMP FEES 20, 388 .20 . 86 108, 689. 17 . 76 BID AND BONDING EXPENSE 51 . 00 . 00 9, 461 . 93 . 07 PLANS AND PERMITS 11, 484 . 50 .49 119, 692 .43 . 84 UTILITIES - CONSTRUCTION . 00 . 00 347 . 00 . 00 --------------- --------------- TOTAL COST OF REVENUE $ 2, 055, 471 .79 86. 90 $ 11, 448, 586. 44 80.47 --------------- --------------- GROSS PROFIT $ 309, 969. 56 13. 10 $ 2, 778, 307 .44 19. 53 SELLING EXPENSE $ 65, 558 . 59 2 . 77 $ 377, 408 . 51 2 . 65 GENERAL & ADMINISTRATIVE EXP 233, 032 . 73 9. 85 1, 857, 492. 38 13. 06 --------------- --------------- TOTAL OPERATING EXPENSES $ 298, 591 .32 12. 62 $ 2, 234, 900. 89 15. 71 ------ - ---- OPERATING PROFIT $ 11, 378 .24 . 48 $ 543, 406.55 3. 82 OTHER INCOME (EXPENSE) , NET $ 5, 754 . 80 .24 $ 15, 613 . 06 . 11 --------------- --------------- INCOME (LOSS) BEFORE TAXES $ 17, 133 . 04 . 72 $ 559, 019. 61 3. 93 --------------- --------------- NET INCOME (LOSS) $ 17, 133 . 04 . 72 $ 559, 019. 61 3 . 93 --------------- --------------- Search Results -Page - - AM Best Online Ratings and Analysis Page 1 of 1 December 13,2004 ^�BESTGet corn� ambesLcom _ µ Ratings&F.nalysls f News Fubliraticns a Frcducts&3arvices s Inruranae Reaoumes r About A.M.Be=_r, Search Results Page 1 of 1 1 Rated or Unrated companies found, results sorted by Company Name (ascending) Rating s E A R c Ft' Criteria Used: Company Name: Company names starting with Alaska National To refine your search, please use our Advanced Search or view our Online Help for more it G Ratings (` Ccmpanylrfcrmaden View results starting with: ABCDEFGHIJKLMNOPQRSTUVWXYZ Best's Enter company Name AMB# Industry ® Company Name Rating Domicile or A.M.Ban t Num bar Find 02648 P Alaska National Insurance A United States:Ala Company r,%ra Search Clp[ion=. CONTACT US -` "'!'there in the world is A.M.dEsT7 Fmd our locutions *Ratings as of 1211312004 04:39 PM E.S.T. Whatdo yotr our mm Industry: P = Property/Casualtynon-life L = Life/Health send usyour commancs View the Guide to Best's Financial Strength Ratings for an in-depth explanation of Best': Accessing the pages System and Procedures. on ambest.com constitutes the user's agreement to our terms of use; Information collected Important Notice: Best's Ratings reflect our opinion based on a comprehensive via this Web site is qualitative evaluation of a company's balance sheet strength, operating performance and protected at our These ratings are not a warrant of an insurer's current or future ability to meet its contra, private statement; 9 Y Y comments or concems View our entire notice for a complete details. should be directed to our customer service group;For other Companies interested in placing a Best's Security Icons on their web site to promo matters refer to our strength may register online. contact us page. Customer Service I Product Support I Careers I Contact Info I About A.M. Be Site Map I Privacy Policy I Security I Terms of Use I Legal &_Licensing Copyright©2004 by A.M. Best Company In_c,ALL RIGHTS RESERVED No part of this report may be distributed in any electronic form or by any means,or stored in a database or retrieval syst written permission of the A M.Best Company.Refer to our terms of use for additional details. http://www3.ambest.com/ratings/RatingsSearch.asp 12/13/2004 Search Results -Page - - AM Best Online Ratings and Analysis Page 1 of 2 December 13,2004 BEST ambest.cont [Research- C(UT&11 w Ratings 8_Analys_s •News Publications 4,,Prr ducts S 5ermas +Insurarae Ik-sources w About A,V.Besr, Search Results Page 1 of I 5 Rated or Unrated companies found, results sorted by Company Name (ascending) SEA RC H Rating e" Criteria Used: Company Name: Company names starting with American States To refine your search, please use our_Advanced Search or view our Online Help for more it (� Ratings Company Information ' View results starting with: AB _CDEFGHIJKLMNOPQRSTUVWXYZ Best's Enter Conaperiy Name ® AMB# � Industry Company Name ® Rating Domicile or A.M.Bent Num bar ,Find 02287 P American..States Insurance A United States: Ind Company A§rra search opti=nee —02290 P American States Insurance A United States:Tey Companv of TX CONTACT U5 ------- - --- -'----- -- - States-- 06105 L American States Life Insurance A United States: Ind Company Nh-re _ ._ _ _ _- _ -___ __ __ ____.._. _ _ -------..._. i n the 03610 P American States Lloyds Insurance A United States:Te} i aorid is Company A.M.BEST? Find Our lucmiens --__ -- 02289 P American States Preferred A United States: Ind Insurance Cc What do -- --- -- -- -- Wa thinlYij?, Send us your romrnents *Ratings as of 1211312004 04:39 PM E.S.T. Industry: P = Property/Casualty(non-life) L = Life/Health Accessing the pages on ambe View the Guide to Best's g „Financial Stren th Ratings for an in-depth explanation of Best'; the constituteses the user's agreement to our System and Procedures. terms,of use; Information collected via this Web site is protected by our privacy-statement; Important Notice: Best's Ratings reflect our opinion based on a comprehensive Comments or concerns qualitative evaluation of a company's balance sheet strength, operating performance and should be directed to our customer service These ratings are not a warranty of an insurer's current or future ability to meet its contra, group,For other View our entire notice for a complete details. matters refer to our contact us page. Companies interested in placing a Best's Security Icons on their web site to promo' strength may register online. Customer Service I Product Support I Careers I Contact.lnfo I About A.M. Be,, Site Map J Priv_acy Policy I Security I Terms of Use I Legal &Licensing Copyright©2004 by A.M. Best_Company, Inc. ALL RIGHTS RESERVED No part of this report may be distributed In any electronic form or by any means,or stored in a database or retrieval syst written permission of the A M Best Company.Refer to our terms of use for additional details. http://www3.ambest.com/ratings/RatingsSearch.asp 12/13/2004 Search Results - Page- -AM Best Online Ratings and Analysis Page 1 of 1 December 13,2004 1e BEST ambest,som a Ratings&Analysis 9 Nevis Publications y Products 3 Services k Insurance R?30afae: 4 Abau AAl Bast Search Results Page 1 of 1 1 Rated or Unrated companies found, results sorted by Company Name (ascending) SEA R C C H, Rating Criteria Used: Company Name: Company names starting with Landmark American To refine your search, please use our Advanced Search or view our Online Help for more it G Ratings C Ccmeany1mormaticn View results starting with: ABCDEFGHIJKLMNOPQRSTUVWXYZ Best's Ender Company Name ® AMB# ® Industry #J Company Name Rating Domicile a A.M.Bee t Num ber Find 12619 P Landmark American Insurance A United States: Oki Company Mien Search Croons _----. CONTACT US I,Vihere jin the /'world is A.M.NEST? Ford Our loco-ions 'Ratings as of 1211312004 04:39 PM E.S.T. What do you thFa "i Send uses y,anr comments Industry: P = Property/Casualty(non-life) L = Life/Health View the Guide to Best's Financial Strength Ratings for an in-depth explanation of Best'; Accessing the pages System and Procedures. on ambest.com constitutes the user's agreement to our terms of use; Information collected Important Notice: Best's Ratings reflect our opinion based on a comprehensive via this Web site is qualitative evaluation of a company's balance sheet strength, operating performance and protected by our private statement; e g y an insurer's or e a These ratings are not a warrant of ins ' current future to meet its contra Comments or concerns View our entire notice for a complete details. should be directed to our customer service group;For other Companies interested in placing a Best's Security Icons on their web site to promo matters refer to our strength may reegjster online. contact us page Customer Service I Product Support I Careers I Contact Info I About A.M. Be; Site Map I Privacy Policy I Security I Terms of_Use I Legal &Licensing Copyright©2004 by A.M. Best Compaan inc. ALL RIGHTS RESERVED No part of this report may be distributed in any electronic form or by any means,or stored in a database or retrieval syst written permission of the A.M.Best Company.Refer to our terms of use for additional details. hq://www3.airtbest.com/ratings/RatingsSearch.asp 12/13/2004 License Detail Page 1 of2 California Home Monday, Deceml v - Icome ,. ��w License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 729226 DISCLAIMER A license status check provides information taken from the CSLB license data base. Beforc on this information, you should be aware of the following limitations: e CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lir button to obtain complaint and/or legal action information. a 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 oni Board's license data base. Extract Date: 12/13/2004 * * * Business Information INTERNATIONAL PAVEMENT SOLUTIONS INC P O BOX 10458 SAN BERNARDINO, CA 92423 Business Phone Number: (909) 794-2101 Entity: Corporation Issue Date: 11/01/1996 Expire Date: 1113012006 * * * License Status This license is current and active. All information below should be reviewed. * * * Classifications Class I Description A�IGENERAL-ENGINEERING CONTRACTORI ©GENERAL BUILDING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 1460517 in the arr http://www2.cslb.ca.gov/CSLB_LE3RARY/License+Detail.asp?LicNum=729226 12/13/2004 VENDORS&AMOUNTS BID VENDORS &AMOUNTS BID BID ABSTRACTDUE � DATE:/ G/lq/04 � (/J )INGTO:c �} Cl�UL 'CdC.� Y JTITY COMMODITY ITEM# � & .�Chc-ct� 1171 ao 70 1 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 P.O. Box 10458 San Bernardino 6. Zip Code 7. Telephone Number 92423-0458 (909) 794-2101 Ext 8. Address or Location of Public Works Site(Include city and/or country) various thruout the city, Palm Springs, CA USA 9. Contract or Project Number 10. Dollar Amount of Contract Award 04-01 $325,892.00 11.Starting Date(Estimated or Actual) 12 Completion Date(Estimated or Actual) MONTH DAY YEAR (USE NUMBERS) MONTH DAY YEAR (USE NUMBERS) 12/27/2004 3/4/2005 13. Type of Construction(Highway,school, 15 hospital,etc. ARHM OVERLAY F1 NEW CONSTRUCTION ❑ ALTERATIONS 16. Classification or Type of Workman(Carpenter,plumber,etc) concrete 17, Is language included in the Contract Award to effectuate the provisions of Section 1777.5, As required by the Labor Code? . ...... X YES NO Is language included in the Contract Award to effectuate the provisions of Section 1776, As required by the Labor Code?. . ...... X YES NO 18. S„ ignature 19 Title 20 Dale Procurement & December 13, 2004 !l Contracting Mgr 21. Printed or Type N me 22. Telephone Number Bruce R. Johnson 760/322-8373 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: AGR# AMOUNT City Project No: OL-I-O 1 MO# DATE Dates Published: cjec}4�YT110PX 98Wd nGTU� 5, ahoy DIVINDAPPNOTICE Y ❑N ❑ Bid Date & Time: 0L+obe r l% I a0C)q @ a 00 PM PROJECT: a OO l AR Q 1 I 0ve-r t oq *SUCCESSFUL: ,.�Y1TtxnalloYA� Pck mend SO AORS 6. 2. Ma -ich Covpor4 Dn 7. 3. GM\'tte, Oons�vo4io�\ OZMYM�j 8. 4. 9. 5. 10. INCOMPLETE "IDs: Non-responsive) WHY: t CONTRACTOR BACKGROUND CHECK: #I ifa pt a t)if vVtY t, 4i to iti? Required? Y ❑ N 2 (ATTACH IF REQUIRED) Affidavit of Non-Collusion Signed & Notarized? Y ❑ N B Information required of bidder page completed? Y El'N ❑ t 1 Type & Amount of Insurance Required: ?leAs e, 3e ee ���C. Y WA (AWACH AMOUNTS ARE SPECOM)Contractors License No. -i aq awe Types) A 6 StatusNfYervt0_hd QC-+N(L No. of days to complete work L�5 Working ✓ Calendar Estimated Start Date: D�C2mb(�,r a;R, 'BOON Estimated Completion Date: NAoxc,t `{I 0dD5 days i which to execute contract after Notice of Award ( � w�2hj� AWafd (date City Clerk transmits contracts for execution): Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? Y ❑ N EX No. Addenda Signed by Contractor? Y [IN ❑ BONDS: PERFORMANCE BOND 00 % PAYMENT BOND % CORRECTION REPAIR BOND CD % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y N ❑ Labor Code 1777.5 Y 2 N ❑ Labor Code 1776 Y R N ❑ California Standard Specifications EDITION Standard Specifications for Public Works Construction aOD3 EDITION DATE: �n las I0� BY: L i rl� ` c)\Jn DEPT: P,,hlk, 1k/ortc Eno iNeerine� CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO. 04-01 IN THE CITY OF PALM SPRINGS September 2004 OF pALAl SA U cn RPORA-10 David J. Barakian, P.E., City Engineer Bids Open: October 19, 2004 Dated: September 15, 2004 CITY PROJECT NO. 04 - 01 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: Q\ApF ESS/p �QFOPGEF.F y9l w m a m No.C-62254 George F. Farago, P.E * Exp:9.M-2005 Associate Civil Engineer llC 621254 sneer ��FCFCAI\F�P�\Q Approved by: Y I David J. Barakian, RE Director of Public Works/City Engineer Civil Engineer C 28931 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 9/15/04 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker ' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART If -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDIX City of Palm Springs Drawings Caltrans Standard Plans Caltrans Encroachment Permit 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 SPECIAL PROVISIONS 9/15/04 GENERAL CONTENTS- PAGE 1 CITY OF PALM SPRINGS PUBUG WORKS & ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2004 CITYWIDEARHM OVERLAY CITY PROJECT NO. 04-01 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 PART 1 CONTENTS 9115104 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing 2004 CITYWIDE ARHM OVERLAY PROJECT City Project No. 04-01 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2004 CITYWIDE ARHM OVERLAY PROJECT 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 October 19, 2004, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The work comprises the cold planing and grinding of existing asphalt concrete pavement; construction of asphalt rubber hot mix (ARHM) overlay; traffic striping and markings; sewer manhole adjustments to grade; and all appurtenant work on the following locations : 1. Araby Drive from STA. 3+96. 77 to STA. 20+44 . 50; 2 . Barona Road from 600' south of East Palm Canyon Drive to Jacaranda Road; 3 . Anza Trail from Barona Road to Sta. 1+70; 4 . Via Altamira from Via Chica to Via Miraleste; 5. Valmonte Norte from Via Chica to Via Corta; 6. Avenida Palo Verde from Tamarisk Road to Via Altamira; 7 . Via Corta from Via Colusa to Via Altamira; 8 . Granvia Valmonte from Via Corta to Avenida Caballeros; 9 . Valmonte Sur from Via Chica to Via Corta; 10. Via Colusa from Via Chica to Via Miraleste; 11 . Camino Real from Alejo Road to north end (cull de sac) ; 12 . Alejo Road from North Palm Canyon Dr. to Indian Canyon Dr. ; 13 . Gene Autry Trail from Ramon Road to Tamarisk Drive (sewer manhole adjustments only) . 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, C, D, E, F and G, and reject all other bids, as it may best serve the interest of the City. Bidder shall bid on all bid schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: Each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total bid price, sum of Bid Schedules A through G inclusive, payable to the City of Palm Springs . 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 NOTICE INVITING BIDS 9115104 PAGE 1 N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR' S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C12 Contractor license at the time of submitting bids . N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . (b) Complete sets of said Contract Documents may be purchased at $35. 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-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the 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 T �E/CITY OF PALM SPRINGS Date / By 111 David J. Barakian, BE Director of Public Works/City Engineer 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 NOTICE INVITING BIDS 9/15/04 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 UDDERS - 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. UDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THESITE— 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 pail 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. (a) 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. 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 INSTRUCTIONS TO 9/15/04 BIDDERS-PAGE 1 (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as 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 farm bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM -The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the"CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 INSTRUCTIONS TO 9/15104 BIDDMS-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 prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR"OR-EQUAL" ITEMS -The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 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. 19. LOCAL BUSINESS PROMOTION— (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 INSTRUCTIONS TO 9115/04 BIDDERS-PAGE 3 (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS- 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO 04-01 INSTRUCTIONS TO 9115/04 BIDDERS-PAGE 4 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO. 04-01 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 2004 CTYWIDE ARHM OVERLAY PART II-- SPECIAL PROVISIONS CITY PROJECT NO. 04-01 GENERAL CONTENTS- PAGE 1 9/15/04 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS 2004 CITYWIDEARHM OVERLAY CITY PROJECT NO. 04-01 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 . 1-1.2 Supplementary Reference Specifications - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans, " it shall mean the Standard Specifications for Public Works Construction ("Greenbook") , 2003 Edition, as previously specified in the above paragraph. 1-2 LEGAL ADDRESS 1-2 .1 Legal Address of the City - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 2004 CTYWIDEARHM OVERLAY TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 9115/04 1-2 .2 Legal Address of the Engineer - The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2 .3 Legal address of the City' s Project Representative - The name and address of the City' s designated Project Representative shall be the 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 Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3. 1 Definitions and Terms - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner - The Owner shall be the Agency, as defined above. Working Day - A Working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year' s Day (January 1) Martin Luther King Jr. Day (January 21) Lincoln' s Birthday (February 12) President's Day (Third Monday in February) ' Memorial Day (Last Monday in May) Independence Day (July 4) Labor Day (First Monday in September) Veteran's Day (November 11) Thanksgiving Day (Last Thursday in November) Day after Thanksgiving Day _ Christmas Eve Day (December 24) Christmas Day (December 25) 2004 CTYWIDEARHM OVERLAY TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 9/15/04 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 - 2004 CTYWIDEARHM OVERLAY TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 9/15/04 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. Said Work shall be diligently prosecuted to completion before the expiration of: 45 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 Schedule A shall be diligently prosecuted to completion before the expiration of: 7 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 6 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 7 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule D shall be diligently prosecuted to completion before the expiration of: 7 WORKING DAYS from the date specified in the Notice to Proceed from the City. 2004 CTYWIDE ARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 2- PAGE 1 9/15/04 The Work identified in Bid Schedule E shall be diligently prosecuted to completion before the expiration of: 9 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule F shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule G shall be diligently prosecuted to completion before the expiration of: 4 WORKING DAYS from the date specified in the Notice to Proceed from the City. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2 . 1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or cf 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 2004 CTYWIDE ARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 2-PAGE 2 9/15/04 shall be revised to read as follows : In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control . The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows : 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows : 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." 2004 CTYWIDEARHM OVERLAY SCOPEAND CONTROL OF WORK CITY PROJECT NO, 04-01 SPECIAL PROVISIONS-SECTION 2 -PAGE 3 9115104 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor' s responsibility to protect all the existing survey monuments, benchmarks, survey marks and stakes . Removal of nail tags, or displacement thereof, shall require their resetting per City requirements, including corner record filing at the Contractor' s expense (Construction Note No. 12) . 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 install new monument wells at the locations specified on the drawings (Construction Note No. 11) . 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, job limits and removal limits 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. 2004 CTYWIDEARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO.04-01 SPECIAL PROVISIONS-SECTION 2 -PAGE 4 9/15/04 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 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. 2004 CTYWIDEARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 2 -PAGE 5 9/15/04 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 - 2004 CTYWIDEARHM OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 2 -PAGE 6 9/15/04 SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3 . 2 . 3 of the 2003 edition shall be deleted in its entirety and the following substituted therefor: 3-2 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 2004 CTYWIDEARHM OVERLAY CHANGES IN WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 3 -PAGE 1 9/15104 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions . 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 2004 CTYWIDEARHM OVERLAY CHANGES IN WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 3 -PAGE 2 9115/04 payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs . Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer' s Estimate of the quantity for such item at the original Contract Unit Price. 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 - 2004 CTYWIDEARHM OVERLAY CHANGES IN WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS,SECTION 3 -PAGE 3 9/15/04 SECTION 4 --,CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1. 1 Substitutions - Subparagraph 2 of Section 4-1 . 6 of the Standard Specifications shall be amended to read as follows : Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal . " A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating "a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1 .2 Submittals for Approval of "Or Equals" - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4 .2 MATERIALS 4-2 .1 Quantities - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 Placing Orders - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said 2004 CTYW IPE ARHM OVERLAY CONTROL OF MATERIALS CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 4 -PAGE 1 9/15/04 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 - 2004 CTYW IDE ARHM OVERLAY CONTROL OF MATERIALS CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 4 -PAGE 2 9/15/04 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. 2004 CTYWIDEARHM OVERLAY UTILITIES CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 5 -PAGE 1 9/15/04 The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " (b) Removal, Relocation, or Protection of Existing Utilities - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications : "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price. " 5-2 UTILITY LOCATION AND PROTECTION 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 valve covers, sewer manhole frames and covers and monument wells shall be adjusted to grade by the Contractor. All Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be relocated or adjusted to grade by the Utility Companies . The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work. - END OF SECTION - 2004 CTYWIDEARHM OVERLAY UTILITIES CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 5 -PAGE 2 9115104 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 Superintendent (760) 323-8167 Dave Barakian, City Engineer (7G0) 323-8253 VERIZON Attention: Mr. Larry Moore (760) 778-3G03 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: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 647-5452 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5860 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 2004 CTYWIDE ARHM OVERLAY AND PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 6 -PAGE 1 9/15/04 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference. END OF SECTION - 2004 CTYWIDE ARHM OVERLAY PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 6 -PAGE 2 9/15/04 SECTION 7 -- RESPONSIENUTIES OF THE CONTRACTOR 7-1 General - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows : "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City andall officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees . If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing. " 7-2 Hours of Labor - Eight hours labor constitutes a legal day' s work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25 . 00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations . Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 1 9/15104 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. 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 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 2 9115/04 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 Resolution of Construction Claims - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non-binding judicially- supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request . The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . 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 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 3 9/15104 demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first . The City shall schedule the meet and confer conference within 30 days of the request . If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-9 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 7-9, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1 . A certified copy of an employee' s payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract; or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations . 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7 . 9, 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 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 4 9/15/04 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 7-9, 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 7-9 paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee ' s address and social security number need only appear on the first payroll on which his or her name appears . The payroll shall be accompanied by a "Statement of Compliance, " signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract . The "Statement of Compliance" shall be on forms furnished by the City, or on any 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 5 9/15/04 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. 7-10 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best ' s Financial Rating of VII or better, and (3) with companies with a Best ' s General Policy Policyholders Rating of not less than A, except that in case of Worker' s Compensation Insurance, participation in the State Fund, where applicable, is acceptable. The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations: 1 . Workers ' Compensation: a) State: Statutory Amount Or minimum $1, 000, 000 b) Employer' s Liability: $1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage: $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 6 9/15104 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 7-11 PERMITS 7-11 .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. 7-11 .2 Caltrans Permit. The provisions of Section 775 of the Standard Specifications shall be modified to include a permit from the California Department of Transportation (Caltrans) which will be obtained by the City prior to construction of Bid Schedule G (Sewer manhole adjustment to grade on Gene Autry Trail/HWY 111) The Contractor shall be required to obtain a duplicate permit from Caltrans and pay a $700 . 00 inspection fee for Caltrans inspection. The cost for this shall be the Contractor' s responsibility. 7-11 .3 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. 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 7 9/15/04 7-12 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 ail 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. 7-13 DUST CONTROL 7-12 . 1 General The Contractor shall be responsible for stabilizing the disturbed soil and providing adequate dust control 24 hours a day, every day, through the duration of the project. 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 cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. 7-12 .2 Payment. - Full compensation for providing 24 hour dust control and project maintenance shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefore. - END OF SECTION - 2004 CTYWIDEARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 8 9/15/04 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - 2004 CTYWIDEARHM OVERLAY FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 8 -PAGE 1 9115/04 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1 . 1 Payment - Payment for the various items of the Bid Sheets, 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 Sheets, and all costs therefor shall be included in the prices named in the Bid Sheets 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. 2004 CTYWIDEARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 9 -PAGE 1 9/15/04 9-1 . 3 Payment - The last subparagraph of Standard Specifications Section 9-3 . 1 shall be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City Council, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2 .1 Bid Schedule - All pay line items will be paid for at the unit prices named in the Bid Sheet (s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet (s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items . 9-2 .2 Initial Mobilization - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 25 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet (s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant , and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items : 1. Moving onto the site of all Contractor' s plant and equipment required for the: first month' s operations. 2 . Installing temporary construction power, wiring, and lighting facilities per Paragraph 7-8 . 5, "Temporary Light, Power, and Water" of the 2004 CTYWIDEARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 04-01 SPECIAL PROVISIONS-SECTION 9 -PAGE 2 9/15104 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 . 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 . 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 - 2004 CTYWIDE ARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 04-01 SPECIAL PROVISIONS -SECTION 9 -PAGE 3 9/16/04 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1 . 1 Location of the Work The work shall be done in Palm Springs, California, at the following locations : 1. Araby Drive from STA. 3+96. 77 to STA. 20+44 . 50 (South of East Palm Canyon Drive) ; 2 . Barona Road from 600' south of East Palm Canyon Drive to Jacaranda Road; 3. Anza Trail from Barona Road to Sta. 1+70; 4 . Via Altamira from Via Chica to Via Miraleste; 5. Valmonte Norte from Via Chica to Via Corta; 6. Avenida Palo Verde from Tamarisk Road to Via Altamira; 7 . Via Corta from Via Colusa to Via Altamira; 8 . Granvia Valmonte from Via Corta to Avenida Caballeros; 9 . Valmonte Sur from Via Chica to Via Corta; 10 . Via Colusa from Via Chica to Via Miraleste; 11 . Camino Real from Alejo Road to north end (cull de sac) ; 12 . Alejo Road from N. Palm Canyon Dr. to Indian Canyon Dr. ; 13 . Gene Autry Trail (sewer manhole adjustments only) . 10-1 .2 Order of Work. - Order of work shall conform to the Standard Specifications and these Special Provisions . The first order of work shall be to: 1 Bid Schedule B - Barona Road 2 . Bid Schedule F - Alejo Road 3. Bid Schedule A - Araby Drive 4 . Bid Schedule C, D, E (together or in any order) 5 . Bid Schedule G (any time or with manhole raising of the other bid Schedules) 10-1. 3 Record Drawings The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 2 . Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans . 2004 CTYWIDE ARIIM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9/15/04 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. 10-2 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. 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. All signs shall remain in place during nighttime hours . 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. 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO,04-01 CONSTRUCTION DETAILS 9/15/04 SPECIAL PROVISIONS-SECTION 10 -PAGE 2 10-2 .5 Traffic Signal Operations - The Contractor shall not modify the Signal Timing. The Contractor shall notify the City 24 hours in advance of any lane closures or detector loop removals so that the agency can modify the signal timing appropriately. 10-2 . 6 Notice to Property Owners or Businesses - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties . 10-2 . 7 Traffic Disruptions - For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. The Contractor may close local streets, with access to residents at the end of the working day. The Contractor shall notify residents 48 hours in advance of the scheduled road closures and must keep to schedule or provide written reschedule notification. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of all lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. 10-2 . 8 Detours - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as specified in the Special Provisions, or as directed by the Engineer. 10-2 . 9 Traffic Access and Control - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All 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. 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 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9/15/04 SPECIAL PROVISIONS-SECTION 10 -PAGE 3 construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefor. 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, construction, maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions . Payment for traffic control shall be made at the lump sum price bid for `Traffic Control" in the Bid Schedule, and no additional compensation will be allowed therefore. 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, 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9/15/04 SPECIAL PROVISIONS-SECTION 10 -PAGE 4 shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-3 .1.2 Approval of Repairs - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. 10-3 .1 .3 Payment. - The cost of clearing & grubbing shall be considered included in the various bid items of work and no additional compensation will be made therefore. 10-3.2 Removals 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 permission of the property owner. The cost of removals shall be considered included in the various bid items of work and no additional compensation will be made therefore. 10-4 COLD PLANING 10-4 .1 General - Existing asphalt concrete pavement shall be cold planed in a triangular cross-section to a maximum depth of 114" or 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. The Contractor' s attention is directed to the fact that in some areas, existing asphalt concrete pavement has been overlaid in excess of 1/4 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. 2004 CTYWIDE ARM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9115104 SPECIAL PROVISIONS-SECTION 10 -PAGE 5 10-4 .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 . 10-4 .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, B and C 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. 10-5 ASPHALT-RUBBER HOT MIX (ARHM) OVERLAY 10-5. 1 General - Asphalt-Rubber Hot Mix overlay shall conform to Section 203-11, "Asphalt-Rubber Hot Mix (ARHM) - Wet Process" of the Standard Specifications, and shall be class ARHM-GG-C. The asphalt used for asphalt-rubber shall be AR 4000 conforming to section 203-1 and shall be modified with an asphalt modifier. The amount of crumb rubber made from California waste tires per ton of rubberized asphalt concrete shall be minimum 24 lb/ton. In the event the manufacturer of the asphalt-rubber binder is an entity other than the prime contractor, the manufacturer shall be listed in the Bid as a subcontractor and shall be required to submit a certificate of compliance. Also, the Contractor shall indicate the amount paid for rubberized asphalt materials and the number of California waste tires diverted from the waste stream as a result of the project completion. 10-5 .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. 10-5 .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 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9115/04 SPECIAL PROVISIONS- SECTION 10- PAGE 6 Contractor shall provide surface temperature readings with an infrared heat measurement device when requested by the Engineer. 10-5. 4 Payment - Payment of ARHM shall be made at the unit price bid per square foot for "Construct 11- " 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. 10-5.5 Adjustment of Sewer Manholes to Grade. - Manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard Drawing 402 . The manholes to be adjusted to grade on Gene Autry Trail (Bid Schedule G) are covered with asphalt concrete; their locations will be marked in the field by the Engineering Department. Payment for adjustment of sewer manholes to grade shall be made at the ,contract unit price for "Adjust Sewer Manhole to Grade" per City of Palm Springs Standard Dwg. 402, complete in place, including 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. 10-5. 6 Adjustment of Water Valves to Grade - Water valve cans shall be adjusted to grade where shown on the plans. Payment for adjustment of water valve cans to grade shall be made at the contract unit price for "Adjust Water Valve Cover to Grade" and no additional compensation will be allowed therefore. 10-5. 7 Adjustment of Gas Valves to Grade - Gas valve covers will be adjusted, if necessary, by Southern California Gas Company and no additional compensation will be allowed therefore. 10-6 CRACKFILLING 10-6. 1 DESCRIPTION - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks in excess of 1= " wide. 10-6 .2 Material - Crack filling material for all pavement cracks shall be type E-AR4000 asphalt concrete per Section 203-6 of the Standard Specifications . 10-6.3 Preparation of Cracks - All cracks to be filled shall be swept and cleaned by air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9/15/04 SPECIAL PROVISIONS-SECTION 10- PAGE 7 10-6. 4 Asphalt Concrete Placement. Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and voids, and achieves required density and compaction. 10-6.5 Payment - Payment for the installation of asphalt concrete as crack filling material shall be considered as included in the bid item "Construct 11-�" ARHM Overlay" and shall include preparation of all cracks and installation of type E- AR4000 asphalt concrete, and . shall be considered as full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and no additional compensation will be allowed therefore. 10-7 STRIPING AND PAVEMENT MARKERS 10-7 . 1 Temporary Striping. -- Whenever the Contractor' s operations obliterate pavement delineation (painted lines, raised pavement markers, painted markings, or legends) , such pavement delineation shall be replaced in kind by the Contractor by either permanent or temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L") which shall be applied in accordance with the manufacturer' s most current published instructions . Temporary delineation shall be of the same color as the permanent delineation. 10-7 .2 Pavement Markings - Pavement markings shall conform to the provisions in Section 210-1. 6. 1 "General" and 210-1 . 6. 2 "Thermoplastic Paint, State Specifications, " of the Standard Specifications and these Special Provision,. 10-7 .3 Applying Pavement Markings - Traffic legends, stop bars, arrows and crosswalks shall be applied in accordance with section 310-5 . 6 of the Standard Specifications, using thermoplastic paint, at the locations shown on the plans and as directed by the Engineer. 10-7 .4 Removal of Existing Pavement Markings - The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not shown on the Drawings, by such methods as sandblasting, or grinding. Where sandblasting or grinding is used for the removal of pavement markings, or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9115/04 SPECIAL PROVISIONS-SECTION 10-PAGE 8 10-7 . 5 Compatibility - The Contractor shall contact the Street Maintenance Manager of the City at (760) 323-8253 extension 8735, 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. 10-7 . 6 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. Payment for removal of existing pavement markings shall be considered as included in the various bid items, and no additional compensation shall be allowed therefore. 10-8 RAISED PAVEMENT MARKERS 10-8 . 1 Removal of Existing Pavement Markers . Removal of existing pavement markers shall conform to Section 312-3 "Removal" of the Standard Specifications . 10-8 .2 Pavement Markers -- Pavement markers shall conform to the provisions in Section 214, "Pavement Markers, " and shall be installed in accordance with Section 312-1, "Pavement Marker Placement and Removal, " of the Standard Specifications, and these Special Provisions . Epoxy adhesive per section 214-6 of the Standard Specifications shall be used for installation of all raised pavement markers . All existing raised pavement markers shall be removed, and new markers of both reflective and non-reflective type installed as necessary to meet the specified Caltrans standards . No paint or thermoplastic will be used. All centerlines within the project (on Araby Drive and Barona Road) shall be delineated with raised pavement markers in accordance with Caltrans Standard Plan No. A20A - Pavement' Markers and Traffic Lines, Typical Details, Detail 4 . All lane-lines within the project (on Alejo Road) shall be delineated with raised pavement markers in accordance with Caltrans Standard Plan No. A20A - Pavement Markers and Traffic Lines Typical Details, Detail 10 . The "No Passing Zone Two Directions" line (on Alejo Road) shall be delineated with raised pavement markers in accordance with Caltrans Standard Plan No. A20A - Pavement Markers and Traffic Lines Typical Details, Detail 23 . 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9/15/04 SPECIAL PROVISIONS-SECTION 10-PAGE 9 The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than 1/2-inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 10-8 . 3 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal . Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half-street closest to the fire hydrant and on a line perpendicular to the fire hydrant. 10-8 . 4 Payment - Payment for installation of new raised pavement markers shall be made at the lump sum price bid for "Traffic Striping and Markings", and shall include full compensation for, providing and installing new raised pavement markers and all other appurtenant work, and no additional compensation will be allowed therefore. Payment for removal of existing raised pavement markers shall be considered as included in the various bid items, and no additional compensation shall be allowed therefore. 10-9 SURVEY MONUMENTS The Contractor shall remove the existing monument wells and install new monument wells after the overlay is placed (Construction Note No. 11) , in accordance with City of Palm Springs Standard Drawing No. 100 . The Contractor shall protect the monuments in place. Payment for removal of existing monument wells and installation of new wells shall be made at the unit price bid for "Install Survey Monument Well" and no additional compensation will be allowed therefore. The Contractor shall field verify centerline monument tags, prepare corner record and reset the monuments (Construction Note No. 12) . Payment for this work shall be considered as included in the various bid items, and no additional compensation will be allowed therefore . - END OF SECTION - 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONSTRUCTION DETAILS 9/15/04 SPECIAL PROVISIONS -SECTION 10- PAGE 10 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO. 04-01 CITY OF PALM SPRINGS DRAWINGS: - Std. Dwg. No. 100 - Standard Monument Type A - Std. Dwg. No. 402 - Top of Manhole Detail - Std. Dwg. No. 625 - Traffic Legend Detail - Sewer Manhole Locations on Gene Autry Trail CALTRANS STANDARD PLANS: - Plan No. A20A - Pavement Markers and Traffic Lines Typical Details - Centerlines, Detail 4 - Plan No. A24A - Pavement Markings, Arrows, Type IV - Plan No. A24D - Pavement Markings, Words - Plan No. A24E - Pavement Markings, Words and Crosswalks CALTRANS ENCROACHMENT PERMIT 2004 CTYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 CONTENTS 9127/04 PART III NO. REVISIONS APPROVED DATE MONUMENT HANDHOLE FRAME+ COVER-ALHAMBRA FOUNDRY CO.A-2920 PAVEMENT a j: P.C.CONCRETE �� I� \\� /\\\� WI WITH[PHI ENGINEER'S TAG SCREW 0 1"GALVANIZED IRON PIPE MONUMENT PLACEMENT LOCATION SHOWN THUS_ 83 I NOTES: 1. MONUMENT SHALL BE FURNISHED AND SET BY A LICENSED SURVEYOR OR CIVIL ENGINEER REGISTERED PRIOR TO JAN.1,1982.MONUMENT SHALL CONSIST OF%SURVEYOR'S OR ENGINEER'S TAG,SECURED WITH ROUND HEAD PHILLIPS SCREW,SET TO TRUE POSMON,IN TOP OF CEMENT MOTAR CORE,IN 1"GALVANIZED IRON PIPE, IN CONCRETE. 2. FOR USE AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS ONLY. CITY OF PALM SPRINGS APPROVEf],r�/l/� DATE- t/h_ DEPARTMENT OF TRANSPORTATION — ��wL� 28931 CITY ENGINEER R.C.E. STANDARD MONUMENT TYPE A DRAWN BY: S.j.c. FILE NO. STANDARDS CHECKED BY: E.R.F. DWG. NO. 100 !�q. . R+evlslares ,�PAI1ovIEa �:f't a STOP BAR T9 BE LOCATED ''' IN -THE MIDDLE OF TRANS. NEAREST ' II THE B.C. 8' t HANDICAPPED .RAMPCL OF ROADWAY -FACE of CURB } 8, NOTE: ALL STENCILS �IOP NON-RAMPED TO BE CAL. TRANS METRIC. ITEM TYPE CL OF ROADWAY STRAMHT ARROWS TYPE I FACE Of CURB CURVED ARROWS TYPE IV DROP ARROWS TYPE VI SEE ATTACMEO LIST FOR . ADDIT70NAL SPECIFICATIONS. STOP BAD' LEGEND DETAILS" ©k r�Iv4 sA x City of Palm .Springs w Traffic Engineering Div. �itJFOf APPROVED BY; h4AM4 DEAN LEWIS TRAFFIC-ENGMEER . APP. C.C.nit..,MO., _ . DATED CITY OF PALM SPRINGS O EDT _ `JDATE ,, N., DEPARTMENT OF COMMUNITY DEVELOPMENTifi . . CITYNG�NdICII I I DRAwN RYK 'IiA Nri TRAFFIC LEGEND DETAIL 10RAW1 ED BY ,B.J IDY+m ry (};l. 49 I j TACHEVAH DR. 48 47 �C PALM aS 46 O A 45 _~ U y 44 4,1 ° TAMARISK DR. 42 DESERT SUN 41 40 N.T.S. 39 38 37 p 36 SKY WEST 35 % l 34 33 !� J 32 SEWER STATION: NOTE: MANHOLE 31 36 78+80 NOT A PART 35 75+70 30 34 72+60 NOT A PART 29 33 69+50 NOT A PART 32 66+40 NOT A PART 28 31 63+30 30 60+20 27 29 57+10 28 54+00 26 27 50+90 25 26 47+80 25 44+75 24 24 41+62.69 MISSION DRIVE 23 38+50 23 22 35+35 NOT A PART 21 32+20 NOT A PART 22 20 29+09.62 NOT A PART 19 27+00 NOT A PART 21 20 19 ° RAMON ROAD -1 r CITY OF PALM SPRINGS, CALIFORNIA SEWER MANHOLE LOCATIONS ON GENE AUTRY TRAIL C.P.04-01 - ADJUST TO GRADE MANHOLES #23-31 AND 35. SEE SEWER DRAWINGS 2663-7...14(CP.60-31) CENTERLINES LANE LINES NO PASSING ZONES-ONE DIRECTION T """ "" "'`�A,,�wm, 12 N E RUNE IMIILTILAHEANE HIGHWAYS) DRs I cc I ROUTE IToi TNILAS r= - I - DETAIL DETAIL 0 DETAIL IS �yII pq�, S.le m y14 pp�� S.le m 19 pp�� ,�$214 yy�� S. m ;.H p, 5.E m 2z.14 99�� II pp{{ 5" m ,;.4{� SJp m 22,�H LLLLyy i5 mm aWa f (T'11' (IT'1 ' '(191 Ilt'1 �(1,1 �y fl'11 III') 1T'11 II711 I'll'll f�IT'11' (II'1 li'11 lR'1 N,,,1 r(].t Elft"on,Stria avow« nah ® ® EM July 1�► -� PLANS A.o e aL D `.,tea; DETAIL 2 DETAIL 9 T�..sb.wu�r�.a,,:,dna.v ON U64 14,61 , IN-, 1 m m DETAIL 16 .-R �* AA e md"P B'1 Ue'1 N.61 m w. $59 11 5.19m 1+1�y5]m j59 2,11 , 5.18 'jr1+PZ.59 1+H,1 howamkxe"l la 9lrolkv[.Ykyo le M6//imrblmµv .� (e/z��n•)� nr) ?Y U Ji I y le Yt� 71 1 T9 f®vt T, 11 l® -�75 NO PASSING ZONES TWO DIRECTIONS 19 DETAIL 4 \ / DETAIL ID t� DETAIL 21 N.6+m I161 m I+p•1 1401) L32 m 7.32 m {50 mm �� 75 mm 2A+mm22..11 q. 4.ee m ,2++ .++m Ell .44 1.ee m .2.44 4A m 121') ' 1241 ' (3'9 -F 44 l 44 116'1 44 1�44, <p'1121H'IP 1169 le'IP ile �) N' ® ® 1® 1® ® 0 ® 0 O 1 O1 O 000 0 DETAIL R �� p _y -ry Y-1.22 m w9-ry I~ -f I~1,22 m Wl-R1 11,14 m O DETAIL 5 DETAIL I I (.89 DETAIL 22 N .3.. z.a d2+1 my +.ee m ,;u Pz.a q Ts mm m, IO.9E m L66 m ].12 m 10(36 m 3.66 m, f� Ip'1 16'1 I I6'1 Ip'1 UI'1 6"1 T32 m- T32 m (12') 13611 ' 112') 'I y I12'1 13E'1 � (12'1 ® ® ® @ 0 ®® ® ® ® 1241 '® Ib'] 01 50 mm f2"1 �! �►0177=71 ®®®® ® ®0® ®®® ® A� TSmm C DETAIL 6 DETAIL 12 1+.61 In - , 1+'a m , DETAIL 16 y® ® ®{so mm (z•, C 1+8'1 196'1 II .3.66 m , 10.9fl m .66 m, TS mm Z SA9 m 1.66 mE , 6A9 m I. Sd9 m ,3.66 m S+s m it �.H 112a 136'1 112'I r(3.q wee Ile, 1 (12) up, ._.� ue9 n29 uH, ® } may® ® ^0 O 0 T �\/DETAIL 23 1 W uevm we'1 ; _ AIL . une 1m ,ew- 15 nm, /�-^ ®®i®1 (�-1.2a®Iln�� N DETAIL 7 DETAIL 13 1. T5 mm W H.61 N54 m � 5.19 m 3.66 $A9 m 5.+9 m ,3..m , Sill m 0 J� (181) (IE) (leg y (1311 (12'1 IIB'1 I 5.49 m 3.66 Sill m ^_0 ®®®® ® ^a 0 00 0 0 �� (W) 11 l so) wee m (+') r" NOTE DETAIL 14 LEGEND Y 91 0e1all 3 deleted 43.92 m , �►i.' T.32 m T.22 m {50 mm i� OlrecTlon of travel Z 11419 12"1 MAPPERS N.61 m 1+.61 m I1.6+m 12+'I Iz+'I � N66H'fm Ii89 RH'1 O TYPE A Mnite Non-reflecilve �5.+9 m IIB'1 'I DETAIL 20 'S) TYPE AY Yellow Nan-reflecilve D �® O 020 O 03 O O O O ® Coco ® +.64 m ® TYPE C Rea-clear Rerrorefleanve N -.I 1•-L22 m 14'1 I. 5.49 m ,.3.6E1In 5.49 m I T5 mm ® TYPE D Two-way Yellow Retroreflective a (16.1 l ZY IIt, �(3•q d TYPE G One-way Clear Rerrarefbative ® ®® 0® ® ® TYPE H One-way Yellow R.tr.rAfkat4ye MARKER DETAILS y®0 S 0 0 S 13 0 ® I II®® 0 M-A- _ L22 m OPI-•1 16 mm-20 mm i 105 0 100 mm (1"1 WhFte IO.63"-O.eO"13 6p1'-lll9 1LP- '1 �s z TYPICAL LANE LINE DELINEATION IN ADVANCE OF EXIT RAMP wD men (VI Yellow 1.5 n,43 IO mm-N mm J 10 mmY9 mm (O.OT'-C.fT,!Er (aA0"-O.TS'9 (0.40"-0.75"12 DETAIL 19 DETAIL H DETAIL 11 4 9 m 1 9 m + 9 STATE OF CAUFORNIA OF TRANSPORT IOENT %a PAVEMENT MARKERS AND yON _I - ► -► TRAFFIC LINES TYPICAL DETAILS ThesEaa g� � -r _ -► ��► 7 71 �► �� systems "srmdma Pbae for GOnetrtINAN Of Local Stn.ts aor Roads" o m ullie AN two I �y-�� sYsrems of m.vsar.ment:errwrnanm,d system f units(9 or^merrlc•i a°la Lnited srm.s TYPE A 6 AY TYPE C & D TYPE G 6 N I 1 �� Stmeva weamree enom In the aErenthesos(I.The meco rement...aressee In the iAl AIL 13s , OET4L p , , DETAIL IS AIT r.a e,Eieme are not necess�l 41y ar lntercns m Ubi Sae the T....ord'm the O.E km I 0.8 km 90 In eel mllp Of this aWBeatlon ®Ret1.1.fhatly.Face ('/: H1.I I% IIIIe) (3009 NO SCALE A20A i Im LDT Ox LTo m 6•-6••1 13•_6.1 O'-6"1 15•-6••1 O•_3.9 `s vNlxs P ov-Gv , rti. 6 =m N0 ¢gars rcv AuarNyl2lo{tlly lb iN t'44hMp/Mnbim4v I 3Gommar)GRIDO 1 C 112"1 - d:1.30 me IN 50Fi1 - C TYPE I ARROW 300 mm (IS I GRID a 3.05 TO (10,_0") +{ �300D.. I 3O.o'3 r A=2.51me12x SOFT) C TYPE VI I ARROW Z LB]m (FOR TYPE ARROW, 1 '� p/ USE MIRROR OR IMAGE) 300 Imm(I2"1 GRID 1 —F o - / 19.10..1 +{ �300 mm 300 mm O)GRID 600. 112"1 / 20, A-Z 32 m°(25 SOFT I - TYPE IARROW 5.49 On (18'-011) "' \ -300.. a A=1.90 m°192 SOFT) ll•0•) T 300 mm 112'9 GRID TYPE VI ARROW �300 mm RIGHT LANE DROP ARROW a 300 mm (12"1 GRID (FOR LEFT LANE. 53 n A=Z8S m'❑ISOF➢ USE MIRROR IMAGE) 00 mm C _ u•-9•'I TYPE I ARROW az•) \\ / 7.32 m (24'-0") A:1.39 m'(15 SOFT) TYPE IV I ARROW F (FOR TYPE V(R)ARROW, - USE MIRROR IMAGE) P=3.06 m'133 Sofi1 1 V TYPE V ARROW NOTE. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ISO mm Is'•I CRID MwOR VARIATIONS IN OneervslDxS PAVEMENT MARKINGS -H F�150 r MAY BE ACCEPTED BY THE ENGINEER. ARROW S 16"1 300 mm 112"I cflID� m 301 iH!se"StpnO oo Plans for COnstrvdlpn of Laco Sfreeis and Roada".Vl mraln wlis in two 4:0.65 m'li SOFT' 21 sY5}an0ord Heasl+eseJlomtln MevpwaniM es lluTle nItA mevswamants iazpr•s and ulE an6il�re s BIKE LANE ARROW A=3.3A m'afi mFr1 t,0 sYsremn ore nor necessarn TYPE VI I ARROW aG' Io°t miapuencoNcae.s.o rne'sor.vorm or me NO SCALE F A24A �{hloO mm (11 200 mm 16•v .{r100 mm M•q z°0 m�^I h1O0 .1 t. m ('Ti h zoo} a:a aa1ie •_' 6�E M. w•o zoo nm yew loo m w^I 100 mm w^) f00 `a°°" m T a r'J , I� ae,.raLo �--I—.I—QD ( ms Candam. o.a,imWm Tnmso"I'amariv 11, � I \ I I I IIII I II I II I NOTES: A=3.99 m2 (43 SOFT) A=3.90 m2 (42 SOFT) A=2.23 m2 (24 SOFT) A=2.14 m2 (23 SOFT) A=1.76 m2 (19 SOFT) I. If a message d read"or more than one dos ween -f I. z.oaP oprmremrwnerawtuP i.e., the first wore,Ir she Id rasa r '1 la 1 '1 I' le�} '1 hloo mm M•r ?e,°° nearest the should be 100 mm M••1 zoo mm O'll loo mm M•v 200 mm 16"1 l00 mm M•1 ,. m 100 mm M^1 2° as noof be or N —p least flour times the nelgnr f .b 0 \ 1 �/ motaa Thanaran+Imes then height of the ut r cnaraarers.me aaaca moY be roaucea N ! I here Ie nmtrea C 1 ' east. be.—. of momconmrmns. C 1 OI �— ptea 1pY hen d Englnearlons may be +.POrnona of a 1e+ter.number r ermpol w\ V ti Ei I L l ei may w eP+se Pot to aya..d SO 121 q ^ In Width. C y Z_ A=3.25 m2 (35 SOFT) A=2.88 m2 (31 SOFT) A=2.23 m2 (24 SOFT) A=2.42 m2 (26 SOFT) A=1.95 m2 (21 SOFT) N O '1/h10o 1 � 2m0-01�mm 'I I-10o mm w-`1 zo° m le^I zoo} zoo 1oo wv o mm I mm la° m 1zoo } 3mm WORD MARKINGS N ! I -ram ! ITEM m2(SOFT) ITEM m2(SOFT) FT 1 - .IN6 1.95 20 CIHOO z.251zm { AWAIT 2.63 I]n SIGNAL 2.zs 1]s WAIT Lib (191 SIGNAL 2.9i 1321 10 LANE NIGHT 2.92 161 NFARE 2A2 f261 r BIBS 2.14 3 FEE 1..9 Ile) D 1 ItIt i Slow zw mm COMPACT 0,99 nm 2 1 STOP 2.091zgn RUNAWAY 1991431 A LEFT Lib tl9) VEHICLES I,901421 I I I \r SIyI 11 I � 1 i A Lip A=04! m2 (22 SOFT) A=2.7 T02 (32 �SOFT)I A=11.76 12 (19 SOFT) A=2.42 m2 (26 SOFT) A=1.67 m2 (18 SOFT) p 1 I.so mm Iz°I Igo mm 14-1 .11-50 He rzo 1001} y t.50 mm Iry i O mm -N T T IT ' I 1 J ' I \ =E STATE OF CALIFORNIAALIFORMTMENT OF TRANEP°RTATI°N PAVEMENT MARKINGS WORDS These'Standard Pmre far conerrucnon of Local Sneers and Roaee• omam u its in fvo 5 5 t III• "I I NI systems of measwemenf:Internarlonal System of°hire 61 or"merrlc'9 and°hired Sra+ee S e S ff S1aMara Megor sM1om In the pvenitrtsea II.Tpa mmsurements expresses In 1M1e A=0.93 m2 (10 SOFT) A=O.SG m2 (6 SOFT) A=0.46 m2 (5 SOFT) t.o systems are nor meaeaaoNl al r mterrnonaeaela.sae me Forewnra^In the beglb mg o£rMs paWaatlon. NO SCALE A24D ..�_­l'>N-_ Iee.r, S...r I.e,......-T off,EE.e +�rlpp mm w"1 200 we Is 1- +i r00 mm 14"1 200 mm 1&1 rloo mm la••1 200 mm er l4'L FE , — MW�Ve, 21,11 d :'n'�"'.""^.>, Wee,m,Au enf'N re 0.s,of s•Ia w In mw/wm'Mmm � NOTES: I10.....pe caneasre of or. Imo one 1 ` I ra,H snoma reed-uP••,io..the fvsr .ore snowy be...rest the arl.er. A=2.23 m2 (24 SOFT) A=2.51m 2 (27 SOFT) A=1.95 m2 (21 SOFT) 2 The some ber.ee.. ae Howe be or C least four times M.nelpnT of the r100 mm (4") FOS mm h.11 l0o cn.r.cters for IOW s0eea rOaae,but not m.h'l 2n0 mm IS, 200 m r 1p0 mm +`I " more.ers Ames tie nelpnr r me O b/ m•1 enafO.mrs.`ihe spooe m.y be eaucoa N prlotely rnere there IS nmlrea �Tr -T T spooe beeoase of local mnelnons G 3.minor rlon K.rl. e m mmenemms mey be C o..area by be 6.pineer. +.Portions of o letter,number ,symbol a ma9men}e not to.....dn50cmm•p1Y'1 a1R C 5.Crossvolks tlgeuo.t}. en001 prounas Z ore 10 be 30 on m white II.e3 In plceo f 300 a R2"1 bmoM1 i ' I - WORD MARKINGS A=2.14 m 2 (23 SOFT) A=2.23 m2 (24 SOFT) 2 ITEM m2(SOFT) ITEM m2(SOFT) y A=1.86 m 120 SOFT) IOo mm w) 200 mm LANE 2.23 r141 NO 1.30 INI '{r 19.1� +i rSO mm A., +{r100 mm 14•1 200 mm 18•'1a POOL 2.14 1231 BIKE 1.95 all GR LSk Illl BOS LE6 Qol T� CLEAR 2.51 RT ONLY 2.041[9 BEEP 2.231241 r zeoo mm a Z a _ N M m A=1.58 m2 (17 SOFT) A=1.30 m 2 (14 SOFT) A=204 m2 (22 SOFT) 101 mm n2'1 wnits Line STATE OF CALIFORNIA '0/ OcPARiMENT OF TRANSPORTATION PAVEMENT MARKINGS WORDS AND CROSSWALKS These-Sr.ndera None for canctruetlm o}Local stre.ts and I-I' mtai,w}3 In two CROSSWALK AND LIMIT LINE `yiialeQi mep.`+v�es`mo�tin?e:cpdrenineees il�nk`61.1 e�ri".kor.sN'iietaemsr e Sae Net. 5 two system ve not nee-sadly epptl or In}vcnolpeab:e.See Me"Ecf.rcfd'a}the beglnninp at MIs pubAcatlon. NO SCALE A24E STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT Permit No. TR-0120 (Rev 6/2000) 08-04-N-MC-1050 _ Dist/Co/Rte/PM In compliance with (check one): 08/R1V/1 I I/T049.664-T051.086 Date ®Your application of September 14, 2004 September 14, 2004 Fee Paid Deposit ❑Utility Notice No. of $Exempt $Exempt Performance Bond Amount(1) Payment Bond Amount(2) ❑Agreement No. of $ Bond Company ❑R/W Contract No. of Bond Number(1) Bond Number(2) .A32WE. yyof Palm Springs—Publics Works and Bug.Dept. Tahquitz Canyon Way Palm Springs,CA 92262 ATTN:David J.Barakian 760-323-8253-J PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: Raise manhole to match grade of resurfaced highway on Highway I I I in the City of Palm Springs, County of Riverside as per plans and application date stamped September 14, 2004 by District 8 Encroachment Permit office and/or as directed by State's representative. A PRE-JOB MEETING WITH THE ASSIGNED STATE'S REPRESENTATIVE, Savat Ifhamphou (909) 383-64839 IS REQUIRED PRIOR TO START OF ANY WORK UNDER THIS PERMIT. FAILURE TO DO SO MAY RESULT IN PERMIT CANCELLATION AND RESU13MITTAL MAY BE REQUIRED. THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THE PROPERTY TO A NEW OWNER. The following attachments are also included as part of this permit(check applicable): In addition to fee,the permittee will be billed actual costs for: ® Yes ❑ No General Provisions ® Yes ❑ No Utility Maintenance Provisions N Yes ❑ No Review N Yes ❑ No Storm Water Special Provisions N Yes ❑ No Inspection N Yes ❑ No Special Provisions N Yes ❑ No Field work ❑ Yes N No A Cal-OSHA permit,if required:Permit No.: ❑ Yes N No As-Built Plans Submittal Route Slip for Locally Advertised Projects (If any Caltrans effort expended) ❑ Yes N No Storm Water Pollution Prevention Plan/Water Pollution Control Plan ❑ Yes N No The information in the environmental documentation has been reviewed and considered prior to approval of this permit. This permit is void unless the work is completed before September 21, 2005 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. APPROVED: PERMIT ENGINEER: Derrick Hawkins COPIES TO: Savat Khamphou/Permit Inspector Anne Mayer,District Director BY: \ File Jesus Gal Jr.,RE District Pen ngi (Riverside County)t Eneer(Rivide Cnty) ADA NOTICES For individuals wnh sensory disabilities,this document is available in 1 emate formals.For information call(916)'653-3657 or TDD(916)654-3880 or write Records and Forms Management,1120 N Street,MS-89,Saciamento,CA 958 4 ddition to the attached General Provision,form TR-0045,the following special provisions aie also applicable: FM 911436 Pagel of 3 PAGE 2: ATTACHED TO AND MADE PART OF PERMIT NO. 08-04-N-MC-1050 In addition to the attached General Provisions, the following special provisions are applicable: 1. The permittee shall contact the area maintenance superintendent's office in the area in which the work is to be performed as shown on the attached District Map at least two days prior to the start of any work. All work shall be conducted to the satisfaction of the area superintendent or his authorized representative. 2. All personnel shall wear hard hats and orange or lime vests, shirts or jackets as appropriate while on State property. 3. The Pennittee's work shall be subordinated to any operations which the State may conduct and shall not delay, nor interfere with the State's Forces or State Contractors. 4. Attention is directed to Standard Specifications Section 7-1.11, Preservation of Property, and Business and Professions Code, Section 8771. The Permittee shall physically inspect the work site and locate survey monuments prior to work commencement. Monuments shall be referenced or reset in accordance with the Business and Professions Code. 5. No lane may be closed or obstructed at any time unless specifically allowed per the encroachment permit, shown in approved traffic control plans, and/or as directed by the State's representative. 6. Except for installing, maintaining and removing traffic control devices, any work encroaching within 0.9m(3') of the edge of a travel lane for areas with a posted speed limit below 45mph, or 1.8m(6') of the edge of a travel lane, for areas with a speed limit posted at 45mph or higher, shall require closing of that travel lane. Any work encroaching within 1.8m(6') of the edge of the shoulder, shall require closing of that shoulder. Permittee shall notify the State's Representative, and obtain approval of, all traffic control, lane closures or detours, at least seven (7) WORKING DAYS prior to setting up of any traffic control. 7. Traffic control is authorized between 9:00 AM and 3:00 PM only on Monday through Thursday and until 1:00 PM on Fridays, excluding holidays. All the lanes shall be open for use by traffic on Saturdays, Sundays and designated holidays. The designated holidays are: January 1st, the third Monday in January, the second and third Mondays in February, March 31, the last Monday in May, July 4th, the first Monday in September, the second Monday in October, November I Ith, Thanksgiving Day, the day after Thanksgiving Day, and December 25th. When a fixed holiday falls on Saturday, the proceeding Friday shall be designated as holiday. 8. Should any deviation from these procedures or conditions be observed, all work shall be suspended until satisfactory steps have been taken to ensure compliance. 9. THE PERMITTEE SHALL CONTACT STATE'S REPRESENTATIVE FOR FINAL INSPECTION AND APPROVAL OF COMPLETED WORK. 10. If time extension is necessary, a request for time extension and required attachments must be made a minimum of two (2)weeks prior to completion date stated on face of pen-nit. If work has not been started before completion date permit will be voided. Failure to comply with rules and regulations stated on pennit will jeopardize future permit privileges. Page 2 of 3 PAGE 3: ATTACHED TO AND MADE PART OF PERMIT NO. 08-04-N-MC-1050 The following checked special provisions are also applicable to this permit: ® Notwithstanding the other provisions of this permit, your Contractor is required to obtain a double permit, and pay appropriate inspection fees, prior to beginning work. ® No vehicle or equipment shall be stored overnight within the right of way; it shall be removed immediately at the completion of the day's work. Refueling of vehicle within the right of way is strictly prohibited. ® "AS-BUILT"PLANS ARE REQUIRED UPON COMPLETION OF ALL WORK. THE "AS-BUILT" PLANS MUST BE CERTIFIED (AS-BUILT PLANS FOR ROADWAY GEOMETRICS AND BELOW GROUND FEATURES) AS SUCH BY A REGISTERED CIVIL OR ELECTRICAL ENGINEER. NO FINAL INSPECTION WILL BE PERFORMED UNTIL CALTRANS IS IN RECEIPT OF "AS-BUILT" PLANS. ® Required traffic control devices shall be installed around fixed objects to warn the motoring public for safety. Personal vehicles of the contractor shall not be parked within freeway right of way. ® No materials or waste shall be stockpiled within State right of way. ® Except as specifically provided herein, all requirements of the Vehicle Code and other applicable laws must be complied with in all particulars. ® When traffic cones or delineators are used to delineate a temporary edge of traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane. The permittee shall not reduce the width of the existing lane to less than 10 feet without written approval from the State's representative. ® Excavations made within the limits of the right of way shall be backfrlled and resurfaced to original condition before leaving the work area unless otherwise authorized by the State's representative. ® Permittee shall be responsible for arranging the services of a qualified traffic control contractor to provide any needed traffic control. ® The permittee shall arrange a meeting between his field representative, traffic control contractor, Caltrans representative and/or CHP at least two (2) weeks prior to start of any work covered under this permit to arrange date and time of starting work and determine appropriate methods of handling traffic. At least 3 working days notice shall be given to the Caltrans representative and/or the CUP, prior to the meeting to allow time to arrange for attendance. ® A copy of this permit, complete with all attachments, shall be kept by permittee/contractor working under this permit and must be shown to the State Permit Inspector, State's Representatives, or Law Enforcement Officer, on demand ® The permittee shall be responsible for notifying the appropriate utility companies or underground service alert prior to any excavation work. ® The permittee shall notify the California Highway Patrol Area Commander at least 72 hours prior to implementing traffic control. Page 3 of 3 PERMIT NO.: 08-04-N-MC-1050 DIST/CO/RTE/PM: 08/RIV/1 I I/T049.664-T051.086 PRECONSTRUCTION MEETING AGREEMENT I, acting as an authorized agent for the permittee, City of Palm Springs-Public Works and Engineering Department, do hereby agree to personally accomplish or have another designated person arrange for all involved company representatives to attend a pre-construction meeting with the authorized State representative Savat Khamphou, at(909) 383-6483, as specified on this permit. Such meeting must be held two (2) days or more prior to the planned start of the work on this project. The Authorized State representative shall have complete authority to determine whether the permit conditions, either implied or written, have been complied with. The State representative may then allow the permit work to proceed as appropriate. The Pre-construction Meeting Record below must be signed by both the State's representative and the penmittee before the permit work may start. This agreement or a copy thereof, must be mailed back to the Caltrans District 8 Encroachment Permit Office at 464 W. 4th. Street, MS 619, San Bernardino, CA 92401-1400, within three (3) working days prior to the pre-construction meeting, Failure to return this form could delay the release of your bonds. A copy of this document shall be at the job site at all times when work is in progress and failure to do so may result in the suspension of work, as directed by the State's representative. It is the permittee's responsibility to insure that the State's representative is notified of work completion and that the attached Completion Notice is mailed to the Caltrans Permit office. Signature Date Print or Type Name Position or Title PRECONSTRUCTION MEETING RECORD State Representative Date Permittee Representative Date Date Work May Begin PERMIT NO.: 08-04-N-MC-1050 DIST/CO/RTE/PM: 08/RIV/111/T049.664-T051.086 CALTRANS ENCROACHMENT PERMIT 464 W. 4th. Street,MS 619 San Bernardino, CA 92401-1400 100% COMPLETION NOTICE Work on Permit No.: 08-04-N-MC-1050 has been completed. A final inspection meeting was held on Permittee Representative Date State Representative Date FAILURE TO COMPLETE AND RETURN THIS TO THE DISTRICT PERMITS OFFICE MAY CAUSE A DELAY IN THE RELEASE OF YOUR BONDS STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION' SERVICE AUTHORITY FOR FREEWAY EMERGENCIES (SAFE) ACTION REQUEST FOR CALL BOXES TR-0167(Rev.4/98) Before any work affecting call boxes, please complete this form and fax or mail it at least two weeks in advance to the appropriate county SAFE! IDATE ❑ For Riverside County call boxes: Mr. Jerry Rivera, RCTC SAFE Coordinator Phone Number: (909) 787-7141 3560 University Avenue, Suite 100 Fax Number: (909) 787-7920 Riverside, CA 925.01 ❑ For San Bernardino County call boxes: Ms. Lisa Poe, SANBAG SAFE Coordinator Phone Number: (909) 884-8276, ext. 150 472 North Arrowhead Avenue Fax Number: (909) 885-4407 San Bernardino, CA 92401 FROM(Contact Name and Organization) ❑ Permittee ' ❑ Construction ❑ Maintenance ❑ Right of Way Utilities -❑ Caltrans SAFE may charge Permittee for cost of ADDRESS CITY STATE ZIP BUSINESS PHONE(Include Area Code) FAX PHONE(Include Area Code) NUMBER OF PAGES INCILUDING THIS COVER PAGE ACTION NEEDED: IF THERE IS A CALL BOX PAIR, BOTH BOXES MAY BE AFFECTED! CALL BOX NUMBERS MUST BE INCLUDED {The number is shown on the call box sign, for example SBd-010-93 for a box on WB (because last number is odd), Route 10 at Post Mile 9, first Quarter Mile.) Call Box Number(s): ❑ Temporary removal from service: Bagging ONLY - needed by (if K-Rail will block access or the shoulder will be too narrow during construction only) ❑ Temporary removal of box and pole ONLY - needed by (if equipment is working close to the box) ❑ Removal of box, pole, pad, auger, and any retaining walls needed by ❑ Relocation needed by (if MBGR, etc., will permanently affect/block access) ❑ Place call boxes back in service. call box 71.029,Rev. STATE OF CALIFORNIA,DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV,08/2004) 1, AUTHORITY: The Department's authority to issue encroachment 12. PERMITS FROM OTHER AGENCIES:This permit is invalidated permits is provided under,Div. 1,Chpt.3,Art. 1,Sect.660 to 734 of if the pemdttee has not obtained all permits necessary and required by the Streets and Highways Code. law,from the Public Utilities Commission of the State of California (PUC), California Occupational Safety and Health Administration 2. REVOCATION: Encroachment permits are revocable on five days (Cal-OSHA),or any other public agency havingjurisdiction. notice unless otherwise stated on the permit and except as provided by law for public corporations, franchise holders, and utilities. These 13. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum General Provisions and the Encroachment Permit Utility Provisions passageway of 4'(1.21 meter)shall be maintained through the work are subject to modification or abrogation at any time.Permittees'joint area at existing pedestrian or bicycle facilities. At no time shall use agreements, franchise rights, reserved rights or any other pedestrians be diverted onto a portion of the street used for vehicular agreements for operating proposes in State highway right of way are traffic. At locations where safe alternate passageways cannot be exceptions to this revocation. provided, appropriate signs and barricades shall be installed at the limits of construction and in advance of the limits of construction at 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit the nearest crosswalk or intersection to detour pedestrians to facilities fees when due can result in miection of future applications and denial across the street, of pemtits. 14. PUBLIC TRAFFIC CONTROL: As required by law,the permittee 4. ASSIGNMENT: No party other than the perrnittee or permince's shall provide traffic control protection warning signs, lights,safety authorized agent is allowed to work under this permit. devices, etc., and take all other measures necessary for traveling public's safety. Day and night time lane closures shall comply with 5. ACCEPTANCE OF PROVISIONS:Permitme understands and the MUTCD and CA Supplement(Part 6,Temporary Traffic Control), agrees to accept these General Provisions and all attachments to this Standard Plans, and Standard Specifications for traffic control permit,for any work to be performed under this permit, systems. These General Provisions arc not intended to impose upon the permitter, by third parties, any duty or standard of care,greater 6. BEGINNING OF WORK: When traffic is not impacted (see than or different from,as required by law. Number 35), the pemtttee shall notify the Department's representative,two(2)days before the intent to start permitted work. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Pernmice shall Permitter shall notify the Department's Representative if the work is plan and conduct work so as to create the least possible inconvenience to be interrupted for a period of five (5) days or more, unless to the tm cling public; traffic shall not be unreasonably delayed. On otherwise agreed upon. All work shall be performed on weekdays conventional highways, pertnittee shall place properly attired during regular work hours, excluding holidays, unless otherwise flagger(s)to stop or wam the traveling public in compliance with the specified in this permit. MUTCD and CA Supplement(Chapter 6E,Flagger Control). 7. STANDARDS OF CONSTRUCTION: All work performed within 16. STORAGE OF EQUIPMENT AND MATERIALS: The storage of highway right of way shall conform to recognized construction equipment or materials Is not allowed within State highway right-of- standards and current Department Standard Specifications,Department Standard Plans High and Low Risk Facility way, unless specified within the Special Provisions of this specific Specifications, and Utility Special Provisions. Where reference is encroachment permit. If Encroachment Permit Special Provisions allow made to"Contractor and Engineer,"these are amended to be read as for the storage of equipment or materials within the State right of way, "Pemrittee and Department representative." the equipment and material storage shall comply with Standard Specifications, Standard Plans, Special Provisions, and the Highway 8. PLAN CHANGES: Changes to plans, specifications, and permit Design Manual. The clear recovery zone widths must be followed and provisions are not allowed without prior approval from the State are the minimum desirable for the type of facility indicated below: representative. freeways and expressways-9 in,conventional highways(no curbs)-6 m, 9. INSPECTION AND APPROVAL: All work is subject to conventional highways(with curbs)-0.5 in. If a fixed object cannot be monitoring and inspection.Upon completion of work,permitter:shall eliminated, moved outside the clear recovery zone, or modified to be request a final inspection for acceptance and approval by the made yielding,it should be shielded by a guardrail or a crash cushion. Department, The local agency permiuce shall not give final construction approval to its contractor until final acceptance and 17. CARE OF DRAINAGE: Permittee shall provide alternate drainage approval by the Department is obtained. for any work interfering with an existing drainage facility in compliance with the Standard Specifications,Standard Plans anNor as 10. PERMIT AT WORKSITE:Pennittee shall keep the permit package dirocted by the Department's representative. or a copy thereof, at the work site and show it upon request to any Department representative or law enforcement officer. If the permit 18. RESTORATION AND REPAIRS IN RIGHT OF WAY:Pertnittee package is not kept and made available at the work site, the work is responsible for restoration and repair of State highway right of way shall be suspended. resulting from permitted work (State Streets and Highways Code, 11, CONFLICTING ENCROh!'??MENTS: Permittec shall yield start Sections 670 et.seq.). of work to ongoing,prior authorized, work adjacent to or within the 19. RIGHT OF, WAY CLEAN UP: Upon completion of work, limits of the project site. When existing encroachments conflict with perrnittee shall remove and dispose of all scraps, brush, timber, new work,the perm uc shall bear all cost for marrangements,(e.g., materials, etc, off the right of way. The aesthetics of the highway relocation,alteration,removal,etc.). shall be as it was before work stared. permitter waives any and all rights to any type of expressed or implied 34. FIELD WORK REIMBURSEMENT: Pemuttee shall reimburse indemnity against the State, its officers, employees, and State State for field work performed on pemurer's behalf to correct or contractors. It is the intent of the parties that the permittee will remedy hazards or damaged facilities, or clear debris not attended to indemnify and hold harmless the Slate, its officers, employees, and by the pernittee. States contractors, from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or 35. NOTIFICATION OF DEPARTMENT AND TMC:The permittee negligence, whether active or passive, primary or secondary, on the shall notify the Department's representative and the Transportation part of the State,the pernittec,persons employed by the permittee,or Management Center (TMC) at least 7 days before initiating a lane acting on behalf of the pernitree, closure or conducting an activity that may cause a traffic impact. A confirmation notification should occur 3 days before closure or other For the purpose of this section, "State's contractors" shall include potential traffic impacts. In emergency situations when the corrective contractors and their subcontractors under contract to the State of work or the emergency itself may affect traffic, TMC and the California performing work within the limits of this permit. Department's representative shall be notified as soon as possible. 29. NO PRECEDENT ESTABLISHED:This permit is issued with the 36. SUSPENSION OF TRAFFIC CONTROL OPERATION: The understanding that it does not establish a precedent. permitter,upon notification by the Department's representative,shall immediately suspend all lane closure operations and any operation 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC that impedes the Flow of traffic. All costs associated with this ACCOMMODATION: suspension shall be bome by the pennittee. A. The permince,for himself,his personal representative,successors in interest,and assigns as part of the consideration hereof,does hereby 37. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION: covenant and agree that: Any excavation requires compliance with the provisions of 1.No person on the grounds of race,color,or national origin shall be Government Code Section 4216 et.seq.,including,but not limited to excluded from participation in, be denied the benefits of, or be notice to a regional notification center,such as Underground Service otherwise subjected to discrimination in the use of said facilities. Alert(USA).The permitter shall provide notification at least 48 hours 2.That in connection with the construction of any improvements on before performing any excavation work within the right of way. said lands and the furnishings of services thereon, no discrimination shall be practiced in the selection and retention of first-tier subcontractors in the selection of second-tier subcontractors. 3.That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), and operation on,over,or under the space of the right of way., 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations,Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. 5.7Lat in the event of breach of any of the above nondiscrimination covenants,the State shall have the right to terminate the permit and to re-enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF HIGHWAYS: The permittee agrees, by acceptance of a permit,to properly maintain any encroachment.This assurance requires the permittee to provide inspection and repair any damage, at peruuttee's expense, to State facilities resulting from the encroachment 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code Section 682.5,the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the State and the city or county against any and all claims arising out of any activity for which the permit is issued. Permittee understands and agrees list it will comply with the obligations of Titles If and III of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indemnify and save harmless the State of California, all officers and employees thereof, including but not limited to the Director of Transportation, from any claims.or liability arising out of or by virtue of said Act. 33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall not be used for private purposes without compensation to the State. The gifting of public property use and therefore public funds is prohibited under the California Constitution,Article 16. pe _ AO[D C21 } C2prP11 II [LM1AN[IYJI ar .INVA ALYI rz[[ 1 ., IN[10 SI(ID [lp5[e See rip l.± I I 1 rrr��!( e Horn IS 1\ NII 11fjC �� See 1 safe 16 ' mp+ SUaUn9 -•i ice- - - - - - - --- - - + -- _ L I Cones to m _ y upal an snpmaer — A . At • • • . i • -e TS— • •- • r •_ - - _ - 1.— •_— •— --• —• _ • — — — w— zJv°nce� .— 60 m S•. sore ! — __ --__ -_ — — — — — —. _ — ~ __ •— r • • F rnlmq SIgnS 5•I Note I$ •, _5!e IIJ1E 1" Se2. m ro )00 °parr, 90_ to 300 MIn 100 m t° nca l nerSu !bras 3 ape !, Per 150mf - Mln ]OO per lane clpsetl— ee Note 13 1e f°Der �\ ppr Ion CleSap _ -11Ain l C4n?5 aLfpse Garr, •:I iSetl ! 5ef 'late j LINE rJnrl n.;ulaef ?�vfry 60^m-, yen II ueman snpald•r LANE_— CLOSURE cros[° cl '(] -� __--[On•s 15 m m]] s prin -NE 1 1 0SE0 rSq - unre 11 r e DO 60 Ins .-- •- •-�'• - •-'_ • •6 •-• ��• •--•1V.--• - - - - IA/ M.a IgEd aul tlG--J S`[ALI{M rares 15!T�Irn1Y s acln cones \ --------- r-°...^F�)•j -• •- -R Q ear ' mp n,• • ® m SHOULDER cE• see Not, 11 © > LANE CLOSURE Rod° 0.'�Zvfm n lope Glasurl5 phdlb.nlerm I0 ins LA Y0AD f Its far pwslde tool crosur•s •a.D1 toot 6.It me o• mr cz]j sl EXIT RAMP 111fd° LANE CLOSUREsigns snort p. 1. m f 9n .au10 fr'11pr rlih[n 12.14Ye55 pmerrl3e spec fled In foe speclal C21 ° CI uma. "STATE a segnonpry Cle.C2l or n1 A7 EN TRANCMAAMP �Jl 33 than a MGMMIr LON$igll[t10N NEyi Dra VISIJnS.a mlrllmllm a, ] CpnpS SnaII D• l� Ill rime molnb once at;°II D• p5slgn•❑ ul.Ip•.uie a 40 Slgn far ins terse ativance Q'Ia[za trp,svera•ly °LroAA loco cl°sep lone 'J minlgnt lane cm alto°c0nrrpl 1"9 19n. a no�leer pt each mwnpn .here a toper SIGN PANEL SIZE (r llrt7 LEGEND DI s urea aq-1Me ],Place 9n every 60° m fMpu Lauf psrinpvn en me'Lana Cbsand tle}all, tram es ee l,ceeoln9 1.6 tm In bn9m Inc4aln9 ten rn p})0 31 • 1 ft 9 an. CIaSv'e, q ?YP. 11 narrlCaCp3 O 1219 mm 19 ra ,, ran? The ] canes.rn• tro:ee 3�an rnz lepa m $ mm r• sign Insrararlons ° nor a On• Ilasnrn rrnr 9nmenr °f rna ❑D „d m . 9rV n IrpHl< Co.. I;,prynnJ!r,p.pr Jppc3lfe Snauloer ,f °rr least oequlrea: Ins first 5usnln Sr'm }pr eocn IJn• plpSaC cane. ar b...[Codes pn me clpsetl snpultler m m Ins gvpt.b15 lanes f ne-nail AA 0l oars may pe a?Iner i'0n snaN Le type I, may De snll led Iran, jn• rransversA © 762 mm a 162 m 5 IfIL. Amain ppin to Ypa 1 ar IYDe o allgnmEnt 1a Ur OVItl• oThe I ro iM1e rpr1. m 1' Pafi,%I! 5[qr, ,1am•.fi, ,I me 2.1 p of rn 9.1 m[nimum I50 m of 51gne plstpn[• shoe be l7.UNess nl.h - Swclll Ar Is less mph 2.N m ! mealvn provlaetl .r a p0sslple 10r pa 1n the special nnzmry A,."e 51gn ana foe °ursl to ppprpocnlnq At"e 1115r fl°SMrq nwLrOr 31 p1 Bore Ss.in• 150 m secll°n 1h the lone `� are rp DB LIa3e1 Lane CIOSUrpS A,....n01 -Ia3ure np.n alenq lanllln•3 Shall D! u':a Dlgl" ,, taCwv Cr,A, b.i.pan rh �� [lir laliCn of TfaV , nce rornlnp s19n ,ns laeaNans shall b• ner llcd cove ar a b0 pr • 300 m Ior,• closure topers !hen ,a drn Hugs for y n °h0r1lanl�ll e• marp aOlarnnr fralq[ bn•3 Oro rn := tle tlm• cl°sur•5. 10.IM cane pe Closed, FrriJ[•I! pI05M1i"q fp]:rn ne0lob, I, p• N°ced a1 rn! 3 u3•Cfat plop! lon. CICO3u5lS Sr,a3 be l5 Intlltal•a aur,nq -of Ion. cl05ufe. meted d" fled!!!! slee Vez 5 o..ir'lea n I!'Ijn1.z5 elher.,T. DeCIII•a I" th IND CON51gUC IION or pl spec[flcaf[on3. Drool slone. me C14 anJ rt59 • Spe[Iq It.Pafr OLA! d[Ilneata'A.placed Or o.Ad °5 znpvn, S gr`y Shall pe ( Ir 110 rtORN' sign.as ap°r°prl°b. Shall be Sapcin InalCp}•tl faf Irai}I[ [°n?5 m ire 1'r ULI[0glrye r In• ens of me lens cbsure umess sea n neu pI c 15.•here spedfb °ENRII IIT "E Tesf15PORlnipn of r°rk or a 1! one oY l`! d In me sp.cl°I prOv151orls,a lcrgar oral•!+s Ilmp Seus ar enas only, s for aoynml cr0sure_ �' pore 'EO^LIION 5iu30L•'S1q' [s to be sea TRAFFIC CONTROL SYSTEM I� 51q". ° e Lz0 "gILHI -NE N t C0 U,N,d F O R 16.The "IlJAIJEPEOUE FREEWAyg NE CLOSURE ON �I npu 3luBal'slpn shorn ar AND thl3 1p<a.1an I3 fa ne U _a ,her. }r.f rtN 1 EXPRESSWAY XPRESS WAYS N u 15 o5 corona. .arnlna as dl5arlr.a I131°p NJfe 15. ly1 >1-ALE II TYPICAL LANE CLOSURE see I'LlIH 1 45 m 'In ISO I 225 1. a 0 • ac • co 0 H ___ +159 ofe fill 01. 225 - WORN A6EA 0 �Z ' 7 See oof, 7 <c IS'S ROAD cln [MST �I%)�Ir " CLV 8`dS`E'' IWID AHEAD HE, CLOSED SI- N.In ] pA (23 C20 'RtI r.10 ITT, SIGN PANEL SIZE (Min) LEGEND S-- nerve 2 Ill I Sea acre 10 51, HIII 10 Cj 1, IT[-[ij 91I na 914 ,m © Q19 rm r 457 mm j r1r."t!- q14 457 r IF, In 7F2 r,ta NOTES TABLE I W —1 11DI-111. .pe", IT, ­.'l l,Tee f he Irdl.IHto, I.., of of qj a,d In a, ,. I. I-. d troiflo la.ps. to, b- aled !I' haLl of r—'a for c."Imm bc,s,I­,,T pol, 2.11, a,, n,. I,rloe :,. `,Idr,,II,r, ,,,p be C 7.'. uISS,gd .1,IS SIC, I— J,17,,� da�.,­s 7 Floshiag arrow sign Shallbe CIVI-r Type I St Type 11. T`11�141, plllrns sn,ll Ill 11olld of 111. le'llion, 9 12 odl "Ill 1` 8 1,, M.�lram loolrol Tablet Ina SIDI, shall 65-8C. 1 JIf3 13 OH all.all'S.111, os Ill Toble I ar,' 15 n ooA."n C C0,11,'r,10, o, C,I PIT) 10AD vVlol oon. on n, �',rrl'Tr 1 1,-,lnlll he lllllye� al I'll end If Ile 81sld 1-1, 3.6 v Jde 11,1.TI.I. ITT, �,e Sfalt,,l Tjll,ss Ih. -,,d .! ..rl a,., Is 9.To. Ol"..on ,leed, ple, SO 'he IS el uLr­T­yIDn,i ',, 1,,.e Ttr, Jest ol.1-1. 11 —ol ylr, g- a, I 1 1 7,I f I To [And S,s I— f or L ao 11,.,, Or "IT" 3 6 T,. ref,r eawoys And E.DresswcTys-pIork for I1,, Illo,,le If"I. T or C231 a[ln weal] flUp. w1loin 600 Ta IT d 1s I . I, r�,y 118.r2l.— CII STATE HIG.11 I OIIS Tel I[T1111 'IT�I ,ES r?, ,� I I, ta.W 1ltld L, IS,, N I'lItv"a IF I Ill T'MIlln'T 11,11, ,h, 11-1 -',,a 1111. ll� IF"REOIJCTIOu SIMBOL el,,l .s to LA a,.d in fe. ­,nI aIe clo,,�,p, hpll b. riac, of the C20 RICAT Lu4 CLOSED AHEAD' -a, TRAFFIC CONTROL SYSTEM S'Ie In the FOR LANE CLOSURE ON IT MULTILANE CONVENTIONAL HIGHWAYS Irk -Til 164 w rlrle TYPICAL LANE CLOSURE WITH REVERSIBLE CONTROL C3T 10-.lP� : o1.n u TUTOR: 35 I'1E IE le ` Mu FOR PREPARE ROIO fl01U if r[ fOHSIRII(I IIfN ePILOT CAR Rllr q CnneS-]0 m mor spncin9 'n= Ilnte A ST OP I ` MgRe f le� SI NSIIAICIHN la C I INEAD INEIp . a. E. il, I'll1,1 rLl'/pahle 1Se T,Ue II rle _ I I -150 m to ?OD _ ,Ir...rr=._r_n_,.�: e._u_,.�ir.,•ms— _ �" _ _ _ - . - ._ _ nr��e Cn. 1 I -ilia SI.Sns �` r I Q �•�� , Yl1 m Ky'0(f m m,. S== hole It59 m ro 100_b 11 o`n� / I NORrc AREA I We 0 oo npnol m na m 1 lee I,,, , r IgiR ROAD r mn IfxStRltllq or Ww'o rtv1aW z PREPARE LANE fl'. O N z mlluc"i. p 'WORK � To ttoseD SIGN PANEL SIZE (MINIMUM) IN00 ARE AD STOP ❑ .. 11-0. v a q19 m 1219 m SPena. .,f rn rmn. p Ile © -d? CIA a ae © [m $ee Arne e O 914 mm a 911 mm •.r^ens Ies. 1l,., 11 Im,n're—', 7211 .1 ee np+es 2 nm a I6pee, `mi B❑ T62 mm m2 mm LEGEND 1 W o m © 914 mm a�.; m... nn❑p 1219 mn . JS] mm a Ir nli4 r .r.� 4.F li'rvM I,P", NOTES TABLE I 1 0",. I'll n - =ei5 , e lL.. "l , Ir i to Le,IJl unMl Mann.= nna9r"s m.]) [e rEa W-.0 Floa'J., - Pr.r I,n^ `ialr pn -1 19^r. °r arir•n o,J In urbn• m=,r .Inllj snonitl sfan0 in o 'p,zwamuA oloCP. he vlslple Io Ar C'aTh Sf•^•1 X F _ •• •. oior.OcMn, +raff,. os wen os noPr...Mnq rnnirms IV m,F1 __-Iml. 2,A. n,'.•In-n xnr nl�a A". In:lal'L,lo,S 'n0, tf, o1,9r ifi9 ill•, ,at,1-le M1ns cipCC=a. Nlghf llmc 'r'f Ce'] ✓'tF 1I1]5 I[r rin.rme clocllr!•<. rl]cF,") PI of IJn cl,n'I h! IIIJminofe.l n rvro,l[Ie.1 In uulP Sll • 50 _ _ F'rr I.1tA. iln•M1.rrl D^n"r• e=•,c•1•s sr All I- L•-I, pr n.e 1r.cp rl,s fmagcur. in'llCo'^a Ine en! ed"ierr OI m9 'Mon•lal or i.as fig n4o 9n n,,.Ino rr.2n1 Inn. •�.,j,e5, Cernrol5' CU[•1151ie.1 of 'he Sit'- rf r_oll40rn10, ]fl ISo Fln"1'le1 I,A Ili 7111 (Q0,TRpr tlnp n' TO El 1p RniD i.OPI .,�,Jnee5 of Sr an lnle?v lhrr, Flare o minimum of sm^. as alC>fl"ole. s,mn l e rlp ea al inn ena con n o0.rnge of floQq= ♦In,,eose t, 2P n.1 f.^nr on s'la+ainp0 C.f 1Fe Inr. frnl�nl •Into Sc Ill, end of worY ]Teo 5+allon .Js 5hown.m gn.r.ginde5 Slenpor' 1Fgn 3 C'^ "('nr I,TIIE of r41.1V"nPlllt 1l FFrlru,. er .n11 wllhln 1 Apr Re, Cri'lecf S IIm1+5. W,Pla^! C30 LIRE CLOSED Alin of 15C. +0 300 m or•rJ longlr Innn If rn. frrdATl.IEnT nc TFAIJ�r,PIAT,o, 9,11 in, C Iw 23. A'q P rn .p e v�c f.TLw .I IIl. 609 m in+erools fhroughoal e.+eldod wL.I oros. The, n „a,1p,,,, , f23. ,. Cl1 STAIE NIGNWA, pre oafbhcl11 'he work ore. rA 0,0ble from if,. TRAFFIC CONTROL SYSTEM IRR',IPIRT01111V1 l'LEc .e 0 C94 5;an fir Pol", sfplhn, ga.,n.. . ruin, skin' 9.when P oNal Ter 1s oee0. pla,e P Cn TRAFrII FOR LANE CLOSURE ON rv1gn, uF.wr.sAhm1 R9L-WAIT FUR plLo1IAP Iron „ Ili In"r SW,rl'o, TWO LANE CONVENTIONAL -nefifill In 'he wbmn 1,Alfl. Cono-el or.p. Sgns pF,n be Oe,n 1,1,0 of All rlmec, HIGHWAYS F.Fs,n1yP Vepre0i.vo CIrof o+ . Pr +ne srpanp Inak.r,e] for frof fic c mar be usAd Ili, '.r ALF In lien CI ftr-� nr t,.]Yllmo Cln nr.ec on., T13 166 y ' STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT UTILITY MAINTENANCE PROVISIONS TR-0161 (Rev. 12/2001) Any public utility or public corporation who lawfully maintains a utility encroachment,or their agent,may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern. UM1, EXCLUSIONS: UM7. SERVICE CONNECTION: These provisions do not authorize tree trimming, work on freeways, expressways, or other activities These provisions do not authorize installation of not specifically provided for in this permit. conduit, cable, gas, or water service connections within State rights of way,regardless of the location UM2. POSSESSION OF PERMIT REQUIRED: of the main, existing conduit, or cable. All new underground or pipe abandon services must be The permit or a copy thereof shall be kept at the site covered by individual permits. See Section "OH 4" of the work and must be shown to any Departmental regarding service connections for aerial wires, representative or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF UMS, ROUTINE INSPECTION AND MAINTENANCE: PERMIT IS NOT AT WORK SITE AS REQUIRED, I. Routine Maintenance and Inspection: UM3. NOTICE REQUIRED: Roadbed work shall be conducted between 9:00 a.m.and 3:00 p.m.,or as otherwise authorized, The permittee shall notify the Department's in writing,by the Department's representative. representative and the Transportation Management Center(TMC)7 days before initiating a lane closure. 2. Manholes: A confirmation notification should occur 3 days before closure, in emergency, situations that may The pemdttee may open existing manholes to impact traffic, TMC and the Department's repair underground cables. Where the manhole representative shall be notified as soon as passible. lies within the improved surface of the highway, the permittee will provide adequate UM4. STANDARD OF WORK: protection for traffic in accordance with the All work shall conform to recognized standards of General Provisions"Public Traffic Control". utility construction and the Department's current Standard Specifications. 3. Excavations; UM5. EMERGENCY REPAIRS: Routine inspection and repair of pipeline and cables shall: The permittee may make emergency repairs, alter traffic flow, and excavate through improved surfaces A. Not be made in improved surfaces,& only when breaks in the conduit, cable or pipeline landscaped areas or closer than 10'(3.04 m) over or under the pavement present a definite public to the edge of the pavement without a hazard or serious interruption of essential service. In special permit;and such cases, the Department's representative shall be notified immediately. B. Not uncover more than 50'(15.24 m)of line at any one time. UM6, OPEN EXCAVATIONS: 4. Pole Lines: No excavation shall be left open after daylight hours unless specifically authorized and adequate Permittee is authorized to: protection for traffic is provided in accordance with the General Provisions"Protection of Traffic." A. Stub, or reset existing pole, provided no change in location of pole or anchor is Backfill and pavement replacement shall be made. Stubs and anchors must not be performed in accordance with the applicable General placed between existing pole and traveled Provisions(i.e.,"Restoration and Repairs in Rights of way. Way"). STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION ENCROACIIWNT PERNIIT ANNUAL UTILITY PROVISIONS TR-0160 (Rev. 12/2001) Any public utility or public corporation who lawfully maintains a utility encroachment,or their agent,may perform routine or emergency maintenance or such facility in accordance with the following provisions: use of herbicides or other chemicals. A separate encroachment DEL EXCLUSIONS: These provisions do not authorize tree permit must be applied for and issued for those purposes. trimming, work art freeways, expressways, aerial capacity increases on designated "Scenic Highways," or other activities 3. Perform insulator washing and interconnect splicing of cables. not specifically provided for in this permit. 4. Install or remove service connections with potential to ground of UE2. POSSESSION OF PERMIT REQUIRED: The permit or a 300 volts or less,except over the traveled way. copy thereof shall be kept at the work site and must be shown to any Departmental representative or any law enforcement officer 5. Install, maintain, remove, repair or replace aerial service on demand. WORK SHALL BE SUSPENDED IF PERMIT IS connections with potential to ground of 300 volts or less,except NOT AT JOB SITE AS REQUIRED. over the traveled way,unless specifically stated in permit. UE3. NOTICE REQUIRED; The permittee shall notify the 6. Installations and clearances shall be equal to those required by Department's representative and the Transportation either the State of California Public Utilities Commission orders Management Center (TMC) 7 days before initiating a lane or the California Occupational Safety and Health Regulations closure. A conformation notification should occur 3 days before (CAL-OSHA), Division of Industrial Safety, Safety Orders, closure. In emergency situations that may impact traffic, TMC promulgated in the California Code of Regulations, Title 8, and the Department's representative shall be notified as soon as Chapter 4,whichever is greater. possible. UE9. WORK PERMITTED—UNDERGROUND: UE4. STANDARDS OF WORK: All work shall conform to recognized standards of utility construction and Department's I. Maintain, inspect, remove, repair or replace (in the same current Standard Specifications. location) all underground facilities except those requiring trenching in the traveled way. UES. EMERGENCY REPAIRS; The permittee may make emergency repairs, alter traffic flaw, and excavate through improved 2. Install additional capacity in existing ducts except for facilities surfaces only when breaks in the conduit,cable,or pipeline over not in compliance with the Department's current "Manual on or under the pavement presents a definite public hazard or serious High and Low Risk Facilities within Highway Rights of Way"or interruption of essential services. In such cases, the on Structures. Department's representative shall be notified immediately. 3. Install air flow monitoring transducers and piping in existing UE6. OPEN EXCAVATIONS: No excavation shall be left open after ducts. daylight hours unless specifically authorized and adequate protection for traffic is provided in accordance with General 4. Barholing,potholing,cleaning,nodding and placing float ropes. Provisions, "Public Traffic Control." Backfill and pavement replacement shall be performed, in accordance with General 5. Adjust access cover to grade and replace in kind or with larger Provisions,"Restoration and Repairs in Rights of Way." size pull boxes. UE7. TRAFFIC CONTROL HOURS: Work requiring traffic control 6. Interconnect splicing of cables. shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized by the Department's representative. 7. Install service connections perpendicular to the highway using either directional drilling, jacking and boring or trenching UE8. WORK PERMITTED—AERIAL: methods as determined by the District Permit Engineer. Electrical service is restricted to a potential to ground of 300 I. Install additional capacity (in the same location), except volts or less. Gas and domestic water services are restricted to 2" facilities over the traveled way,on designated"Scenic Highways," (51 mm)in diameter or less. or on Structures. 8. Permanent pavement patching for work authorized by this 2. Maintain, inspect, remove, repair or replace (in the same permit. location)all aerial facilities except over the traveled way or on Structures. Petmittee is authorized to clear grasses from around UEIO FAILURE TO COMPY: Failure to comply with the terms base of poles and excavate around poles for inspection, including and conditions above shall be grounds for permit revocation. tamping and straightening. This permit does not authorize the D. Located outside freeway right of way. C. A survey grid shall be set and appropriately checked over the centerline of the pipe jacking or tunneling operation. E. Adequately fenced and/or have a Type-K barrier placed Copies of the survey notes shall be submitted to the around them. Department's representative. F. Adequately shored in accordance with Cal-OSHA D. Sand-.shields may be required as ground conditions requirements.Shoring for jacking and receiving pits located change. within 15'(4.57 m)of traffic lanes on a State highway shall not extend more than 36" (914 mm) above the pavement E. The method used to check the grade and alignment shall grade unless otherwise authorized by Department's be approved by the Department's representative. representative.Reflectors shall be affixed to the shoring on the sides facing traffic. A 6'(1.82 m)chain link fence shall F. Pressure grouting for liner plates, rib and spiling, or rib be installed around the perimeter of the pits during non- and lagging tunnels shall be at every 8'(2.43 m)section or working hours. at the end of work shift before the next section is excavated. All grouting shall be completed at the end of G. All pits should have crushed-rock and sump areas to clear each workday. groundwater and water used to clean the casing. Where ground water is found and pumping is required, the pits G. A method for securing the headway at the end of each shall be lined with filter fabric. workday is required.Breastplates shall be installed during working hours for running and or super-saturated soil. UG 2. DIRECTIONAL DRILLING: Bore and Receiving Pits UG 5. HIGH AND LOW RISK FACILITIES: When directional drilling is the approved method for pipe High and Low Risk Facilities, as defined in the Department's installation,drilling plans shall contain information listed as current Manual on High and Low Risk Underground Facilities, follows: shall be installed with a minimum cover of 42"(1067 mm). I. Location of entry and exit point,access pit,equipment,and UG 6, EXEMPT AND OTHER UNDERGROUND pipe staging area. FACILITIES: 2. Proposed drill path alignment(horizontal and vertical). 3. Location and clearances of all other facilities. A. Exempt Facilities: 4. Depth ofcover. 5. Soil analysis.* L Gas service lines no larger than 2" (51 mm) in 6. Carrier pipe length, diameter, thickness, and material diameter or operating at 413.7 kPa (60 PSIG) or (HDPE/steel)and ream pipe diameter. less. 7. Detailed carrier pipe calculations confirming ability to 2. Underground electrical service conductors with a withstand installation loads and long term operational loads potential to ground of300 volts or less. including H2O. 3. Departmental owned electrical systems. S. Proposed drilling fluid composition,viscosity,and density (based on soils analysis). B. All facilities other than high and low risk shall have a 9. Drilling fluid pumping capacity,pressures,and flow rates minimum cover of 36" (914 ram) except for service 10, State right-of--way lines,property,and utility right of way connections,which shall have a minimum cover of 30" or easement lines. (762 mm), 11. Elevations. 12, Type of tracking method/system and accuracy used. UG 7. DETECTOR STRIP: 13. A detailed plan for monitoring ground surface movement (settlement or heave)resulting from the drilling operation. A continuous metallic detector strip shall be provided with non-metallic main installations. Service connections shall be * May be waived by the District Permit Engineer for HOD installed at right angles to the centerline of the State highway jobs less than 6" (I50 ram) in diameter and a traverse where possible. crossing less than 150'(50 m). UG 8. BACKFILLING: UG 3. LIMIT OF EXCAVATION: All backfilling shall conform to the applicable sections of the No excavation is allowed within 10' (3.04 m) from the edge of Department's Standard Specifications. Ponding or jetting pavement except in curbed urban areas or as specified in the methods ofbackfilling is prohibited, permit.Where no curb exists and excavations within 10'(3.04 m) Any required compaction tests shall be performed by a certified of the traveled way are to remain open, a temporary Type-K laboratory at no cost to the Department'and the laboratory railing shall be placed at a 20:1 taper or as otherwise directed by report famished to the Department's representative. the Department. UG 4. TUNNELING: UG 9. ROADWAY SURFACING AND BASE MATERIALS: In addition to the requirements of "UGV the following requirements apply: When the permit authorizes installation by the open cut method, surfacing and base materials and thickness thereof A. For the purpose of this provision, a tunnel is defined as stall be as specified in tire permit. any pipe,30"(762 mm)or larger in diameter. Temporary repairs to pavements shall be made and maintained B. When tunneling is authorized, the permittee shall provide upon completion of backfill until permanent repairs are made, full-time inspection of tunneling operations. The Permanent repairs to pavements shall be made within thirty Department's representative shall monitor projects. (30) days of completion of backfill unless otherwise specified STATE OF CAUFORNIA•DEPARTMENT OF TRANSPORTATION Pagel of 1 STORM WATER SPECIAL PROVISIONS for PROJECTS HAVING MINIMAL or NO IMPACT ON STORM WATER QUALITY TR-XXX-X(Rev.1 1/1 4120 03) 1. NPDES REQUIREMENTS: Permittee shall be responsible for 14. SOIL DISTURBANCE: Soil disturbing activities shall be full compliance with the Caltrans Storm Water Program and the avoided during the rainy season. If grading activities during wet Caltrans NPDES permit requirements For additional information, weather are allowed in your permit, all control measures necessary visit the Caltrans Stormwater Website at http://www.dot.ca.gov/ to prevent erosion shall be implemented. liq/constnic/stormwater/stormWaterl.htm ' 15. EXISTING VEGETATION: Mature vegetation is the best 2. RESPONSHIILM FOR DEBRIS: Permittee shall be form of erosion control. Disturbance to existing vegetation shall be responsible for preventing all dirt, trash, debris and other minimized whenever possible. construction waste from entering storm drains,local creeks,or other bodies of water. 16. SLOPES: In cases where slopes are disturbed during construction, soil shall be secured with erosion control and soil 3. VEHICLES AT THE WORK SITE: Permittee shall prevent stabilization measures. Fiber rolls shall be placed downslope until all vehicles, equipment, etc. from leakage or mud tracking onto the soil is secure. roadways. 17. CATCH BASINS: Sand, dirt, and similar materials shall be 4. VEHICLE FUEL AT THE WORKSITE: Permittee stored at least 3-meters (10-feet) from catch basins and covered equipment fueling and maintenance activities shall not result in any with a tarp during wet weather or when rain is forecast. pollution at thejob site. 18. SWEEPING: Roadways and other paved areas shall be swept 5. CLEANING VEHICLES AT WORKSITE: Permittee shall daily. Roadways or work areas shall not be washed down wrth clean all equipment with clean water only in a berated area or over water. a drip pan large enough to prevent run-off. No soaps, solvents, degreasers,etc shall be used in State right of way. Any water from 19. CONTAMINATED WATER: The State representative shall this operation shall be collected and disposed of at an appropriate be notified in case any unusual discoloration, odor, texture in site, ground water, in excavated material or abandoned underground tanks,pipes,or buried debris are encountered. 6. WEATHER CONDITIONS AT WORK5ITE: All paving, painting, grinding, and saw-cutting operations shall be performed 20. DIESEL FUELS: Use of diesel as a form-oil shall not be dung dry weather. Permitted. during 7. FRESH AC:Fresh AC shall not be washed. 21. DEWATERING Any effluent discharged into any storm water system requires a waste discharge permit from the Regional S. PROTECTION OF DRAINAGE: Permuttee shall protect/cover Water Quality Control Board. The pemrittee shall provide the State gutters, ditches, drainage courses, and rulers with sand/gravel bags, Representative with a copy of the Waste Discharge Permit. fiber rolls, etc., to the satisfaction of the State representative during paving operations,saw-cutting,etc. 9. SAW CUTTING: No dry saw-cutting shall be allowed 10. SPOILS &RESIDUE: Permittee shall vacuum or sweep any saw-cut spoils, debris, residue, etc. No spoils, debris, residue, etc, shall be washed into a drainage system 11. PAINT: Rinsing of paintbrushes or materials is not permitted in state right-of-way. Oil based paint sludge and unusable thinner shall be disposed of at an approved hazardous waste site. 12. GROUT & MORTAR: All construction materials including- concrete, grout, cement containing premixes and mortar shall be stored under cover and separated away from drainage areas. Stored materials shall not reach a storm drain. 13. CONCRETE EQUIPMENT/VEHICLES: Concrete equipment/trucks shall be washed out off of State right of way or in - a designated washing area as required by Caltrans Standards. STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION CUSTOMER SERVICE QUESTIONNAIRE TR-0164 fREV 212001) PERMIT NUMBER Dear Customer, Our goal is to provide the best service possible to our customers. Please take a few minutes to complete this questionnaire. Your comments will enable us to see how we are doing overall and any areas which may need improvement. PLEASE TELL US HOW WE'RE DOING INSIDE THE OFFICE EXCELLENT VERY GOOD GOOD POOR Staff courteous and helpful Staff quick and efficient Explanations and instructions clear TELEPHONE ANSWERING Timely response Receiving information or answers INSPECTION Inspector courteous and helpful Pre-construction meeting set and held in a timely manner Inspector at job site frequently Inspector able to answer questions and deal with problems OVERALL PERFORMANCE What would you say is our overall performance? STAFF'S NAME Is there a staff person you would like to commend? COMMENTS NAME(Optional) BUSINESS PHONE NUMBER DATE ADA Notice For individuals with sensory disabilities,this document is available in alternate formats For information call(916)654-6410 or TDD(916)654-3B80 or write Records and Forms Management, 1120 N Street,MS-89,Sacramento,CA 95814 DESERT TRNANEW DRIVE HIGHLAND PARK IAS VEGAS RD. /-Rm.R. 10 10 g � SAN RAFAEL OR. i I OF PALM Sq w P �'Nflian FRANCS OR. PFAUA"� U H AWR O i N<1GNA 'K Jf <Pr11Tit 4i PMzt RACQUET CLUB Rom VERONA PC. c'qL IFpjYC�VP �� PApIFllL i f 0 NA NSTAa CHINO ROAD v ,A CEMIO ROAD10 o sca. i l i a 5w (}F� U TT IWWI,�,, ',J N.LS NosvHTAC1HEVAH ROM I '� TkoMyIN W. M C wlx ' PROJECT 5 CA""raY TAMARISK RD. � y LOCATION � OAIE,p RpgO 2 3' a � M(A00 ROAD aLLy am xru� 0 � 111 TAHOUIR CANYON WAY n p P/ SHNCS V I♦r S V CFNl6A NAll ROAD SANR NO OI G1 BAAISiO ROAD J NI PNk SPPoHGs µm`M CPo� PAW SFpY1q PIXICE ODi. xlaN saNar 'AM SPRINGS 1 NN muNtt INTERNATCIAL AIRPORT 10 RAMON RDAD� CWRWRINWSE E+ SUNNY DUNES ROAD SUNNY DUNES ROAD 3 LLL��� � NORTH RIVERSIDE DRIWE. u W z MESQUITE AVE h �` PAW sPfUNss CWf ¢ u -rAxanrz arK. MESQUITE AVE. w car couxsE CE1 P W rc e Twws nTs S BONORA ROAD w \ a i PAW SrflINGS MMRIFN EAST PAIAI CANYON ORIYE OGF IXllR INwJSE 34 kh Avenue BOTANICAL CNNENS w •Nh� ¢ m eAsr M 711 �k O i PAC o'HNYgy OR", q) Zi m C) rlit TI sib CSJ M lDWNYIWRY MUD g t0 ER VICINITY MAP CITY OF PALM SPRINGS, CALIFORNIA TACHEVAH DR. 43 42 of p ALA4 4A 41 40 U 41 A 3s cq< /FORN�P 38 37 N.T.S. 36 9� 35 �t a� 34 SEWER MANHOLE STATION: 33 Y 44 103+60 43 100+50 32 42 97+40 41 94+30 31 40 91+20 39 88+10 30 38 85+00 37 81+90 29 36 78+80 35 75+70 28 34 72+60 33 69+50 27 32 66+40 31 63+30 26 30 60+20 O 29 57+10 25 TI CT1 28 54+00 - --a rn 27 50+90 24 26 47+80 1 MISSION DRIV �%' y 25 44+75 1 24 41+62.69 20 i;Cc t� 23 38+50 f.J tJ CITY OF PALM SPRINGS, CALIFORNIA SEWER MANHOLE ADJUSTMENT TO GRADE (MANHOLES# 24-43) ACORD, CERTIFICATE OF LIABILITY INSURANCE 11/1izo 0 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 130 W. Vine Street HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Redlands, CA 92373 INSURERS AFFORDING COVERAGE NAIC# INSURED INTERNATIONAL PAVEMENT SOLUTIONS, INC. INSURE_RA: LANDMARK AMERICAN INSURANCE CO. 85662 P. 0. BOX 10458 iNSURERB: AMERICAN STATES INSURANCE CO. 19704 SAN BERNARDINO, 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 ADD'L TYPEOPINSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS ITR IN.SRr DATE(MMIT1nw) DAM(MMIBDM') GENERAL LIABILITY LHA126708 08/13/2004 08/13/2005 GCHOCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ SO,GOO PRFM�SE$(F^ ••r rQpCC) CLAIMS MADE OOCCUR MED EXP(My one person) $ Excluded_ A PERSONAL S ADV INJURY $ 1,000,000 _ dX Deductible $5000. GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 1.000,000 POLICY ^ JECT n LOC AUTOMOBILE LIABILITY OICG215921-30 08/13/2004 08/13/2005 COMBINED SINGLE LIMIT X ANYAUrO (Eaaccioe ) $ 1,000,000 ALL GAINED AUTOS BODILY INJURY $ B SCHEDULEDAUTOS (Perperson) X HIREDAUTOS BODILY INJURY X NON-OWNED AUTOS (Perace'rJeM) PROPERTYDAMAGE $ (PeraccideM) GARAGE LIABILITY AUTO ONLY-EAACODENT S ANYAUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE S DEDUCTIBLE $ RETENTION ; $ WORKERS COMPENSATION AND 041M40057 08/13/2004 08/13/2005 ITORYL MMIiTS ERH. EMPLOYERS'LIABILITY E.L EACH ACCIDENT $ 1,000,000 C ANY PROPRIETORIPARTNERIEXECUTIVE OFFICEWMEMBER EXCLUDED? EL DISEASE-EAEMPLOYEE $ 1,000,000 If yes,deecribe un er SPECIAL PROVISIONS below EL.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESC IPTIONOF PERATMNS/LOCATIONSIV Ul LESIEXCL SI N ADDEDBYENDDR EMENTIS C.ALPRO IONS Evidence o Coverage. Certificate �io�l�er is named as aT�dEitiona insured to the General Liability per attached CG2010 11/85 with respects to: 2004 Citywide ARHM Overlay #04-01 Job Description: Asphalt, Manholes, Striping, Cold Planing 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 D.AYSWRITTEN 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„TTS AGENTS OR REPRESENTATIVES.;, Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE 01' , ,) /1 p d Richard Beall �;(F+Cr��.t�'q-,1" L✓��u ACORD 25(2001109) ©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 ORGANL7.ATION 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, inforniation 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 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor 1— By ��-�/ Title Zvi eooe 2004 CITYWIDE ARHM OVERLAY CITY PROJECT NO.04-01 9/15104 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 18 o4 p►LM SAS City of Palm Springs v '^ OFFICE OF PROCUREMENT & CONTRACTING F0%X MEMORANDUM To: Office of City Clerk From: Office of Procurement& Contracting 0 Subject: Citywide ARHM Overlay Date: December 13, 2004 Attached are the following documents: Contract Abstract 4 sets of Contract documents executed by Contractor and notarized 4 Perfonnance Bonds 4 Original Payment Bonds Confirniation of status of surety company Original Bid Copy of bid bond Certificates of Insurance for the required policies Confirmation of status of insurance carriers and bond holder Contractor License Information Bid Abstract Extract of Public Works Contract Award Bid Result Check List Specifications H:\USERS\WPPUBLIC\CONTRACT PROCESSING\Clerk transmittal International Pavement Solutions.wpd CONTRACT ABSTRACT Contract Company Name: International Pavement Solutions, Inc. Company Contact: Dennis Rieger Summary of Services: 2004 Citywide ARHM Overlay (CP904-01) Contract Price: $325,892 Funding Source: 134-4499-50225 Contract Term: One Year Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian /Pete Agres Contract Approvals Council/Community Rede,,elopmuot Agence Approval Date: 1 1/03/04 Minute Order/Resolution Number 75811 Agreement Number: 4989 Contract Compliance Exhibits: N/A Signatures: Complete Insurance: Attached Bonds: Attached Contract prepared by: Procurement Submitted on: 12/13/04 By: ML Boswell