Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04636 - INTERNATIONAL PAVEMENT SOLUTIONS ARHM OVERLAY CP01-15
1—,- 7, r CITY OF PALM SPRINGS 01 i)'OF RAUM SPPING tONTRACT CHANGE ORDER Et,]GINFENNG To: IPS,Inc. Date: August 29,2003 P.O. Box 10458 Project No.: 01-15 San Bernardino, CA Project: Sunny Dunes Imp/overlay 92423-0458 Change Order No.: One(1)Balancing Contract Purchase No.: 316428 Account Number: 133-4298-50164 Agreement# -4554,4� Resolution# 7148 A. CHANGES IN WORK/B. CHANGES IN COST: DECREASE TO CONTRACT QUANTITIES Bid Schedule A Item No. 7. 3 11 AC Pavement (39) SF @$2.00/SF = ($78.00) 8. 6"Misc.Base (84) SF @$1.50/SF = ($126.00) 9. A2-6 Curb/Gutter (5) LF @$24.00/LF = ($120.00) 10. 4"PCC Sidewalk (40) SF g$7.00/SF = ($280.00) 12. Type D-I Cross Gutter (2) SF @$8.50/SF = ($17.00) Bid Schedule B Item No. 4. 1.5" ARIIM Overlay (5687) SF @$0.76/SF = ($4,322.12) Bid Schedule C Item No. 3. 1.5" ARUM Overlay (4546) SIT @ $0.87/SF = ($3,955.02) Subtotal of Decreased = ($8,898.14) TOTAL NET CHANGE ORDER DECREASE AMOUNT ($8,:898.14) C. REASONS FOR CHANGES: This is a final, balancing change order. Decrease to the contract amount is due to actual quantity of work and material placed being less tharn the original estimate. *Note: No additional mark ups will be added to any item on this Change Order.All cost per each item are final. Page 1 of 2 D. SOURCE OF FUNDS: Credit the Following Account: Account No. 133 4298 50164 Summary of Costs Contract Time Original Contract Amount: $235,575.00 Original Completion Date: June 10, 2003 This Change Order $8,998.14 Days Added for this C.C.O.: -0- Previous Change Order(s): $0 Previous Days Added: -0- Revised Contract Amount: $226,576.86 I have received a copy of this Change City App oval: Order and the above AGREED PRICES nn �j are acceptable to the contractor. Submitted by I'� Date Field Engineering Supervisor ( � '�Ca_�7lJF ;%r Approved By �� Date City Engineer ff�� `� a Date �"��� i Approved by , g Date / ity Manager Yry Distribution: � �. ,. Original Conformed Copies Conformed-File Copv Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) �FRr�y�IYn�aJ` a4-4.4nen1=a*&/under $25,000 Reviewed and approved by -Procturement Contracting Page 2 of 2 Fnilials g P.O. Number— n i CITY OF PALM SPRINGS CALIFORNIA P.O Box 2743,Palm Springs,California 92263, (760)323-8253 Department of Public Works and Engineering NOTICE OF ACTION FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: International Pavement Solutions,Inc. ACCEPTANCE DATE: June 10,2003 P.O.Box 10453 PROJECT: CP#01-15,Sunny Dunes Street Improvements San Bernardino,CA 92423 Camino Real,Indian Trail&Andee Dr.ARHM Overlay AGREEMENT NO. 4636 MINUTE ORDER NO. 4250 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing 805 L.F. Curbing L.F. Street Paving S.F. Street Paving S F. Sidewalks 135 S.F. Sidewalks S.F. Driveway Approaches ST Driveway Approaches S.F. Bike Paths EA. Bike Paths S.F. Sewer Mains L.F. Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals L.F. Sewer Manholes EA. Sewer Manholes EA. Storm Drains L.F. Storm Drains L.F. Spandrel 475 S.F. Survey Monuments EA. Gross Gutter 198 S.F. Type B Ramp 1 EA. �i Location: Sunny Dunes Road from Calle Amigo to Sunrise Way,Andre Drive from Sonora Road to East Palm Canyon Drive,Indian Trail and Camino Real from East Palm Canyon Drive to Sonora Road. C P.S Drawing No(s). Permit No 12987 Contractor(s)actually doing the work International Pavement Solutions,Inc.,Precision Cold Planing, Sudbaker Co,Int.,Manhole Adjusters. Notify your bonding company/bank to release the following bonds: No. 6209772 in the amount of $235,575.00 Performance 0 119 ibg No. 6209772 in the amount of $235,575.00 Payment 9 1 zo I o3 No in the amount of $ Monuments No. in the amount of $ Maintenance Security No in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer: CITY ENGINEER Bond Co./Bank: SAFECO Insurance Company of America Comments:FINAL CONTRACT AMOUNT:S 226,676.86 Submitted by: �'�` Dated. Engineering Field Supervisor Approved by: liUb JIt-K� Dated: vector of Public Works/City Engineer Distributi on Original to Engineering Project File, Copies to Addressee, City Clerk, Engineering NOA Binder, Engineering Field Supervisor,Building,and Facilities Index No. 0303 DOC " 2003-4--.)0 r4W 05/19/2003 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk 6 Recorder I Recording Requested By And m s. I IIIIII IIII I IIIII III IIIIIIII III IIIIIII II IIII IIIOFIII mist When Recorded Return To: City of Palm Springs Attn: City Clerk / P.O.Box 2743 d Palm Springs, CA 92263-2743 A R COPY LONG REFUND NCHG EXMA (SPACE AEOVE THIS LINE TOR RECORDING USE) (EXEMPT FROM RECORDING PEE PER GOV.CODE g 6103) NOTICE OF COMPLETION _d NOTICE IS HEREBY given that: 1. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City,any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E. Tahquitz Canyon Way,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 10"' day of June, 2003. 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:Sunny Dunes Street Improvements and Camino Real,Indian Trail and Andee Drive ARFIM Overlay Prqjeet. 7. The property address or location of said property is: Sunny Dunes Road from Calle Amigo to Sunrise Way, Andee Drive from Sonora Road to East Palm Canyon Drive,Indian Trail and Camino Real from EastPahn Canyon Drive to Sonora Road,Palm Springs, CA. 8. City Project No. 01-15, Agreement Number: 463u',Minute Order Number: 7250 CITY OF PALM SPRIN7/GI�S: REVIEWED BY: DATED: L - L 1� '01 BY: DATED: Director of Public Works/City Engineer David J. Barakian PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that she makes this verification on behalf of said corporation; that she has read the foregoing Notice of Completion,and knows the contents thereof, and that the fag.tsstat therein are true; that gs said City Clerk, she makes this verification on behalf of said municipal corporatiq,ti City Clerk-Patricia A. Sanders WP:clr/JuncO2 Index No. 0303 International Pavement Solutions ARHM Overlay CP 01-15 AGREEMENT#4636 MO 7250, 2-5-03 AGREEMENT THIS AGREEMENT made this day of in the year 2003 , by and between the City of Palm Springs, a charter city, organized and existing in the C ty of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and International Pavement Solutions 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: SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL,INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO.01-15 The Work is generally described as follows: Removal, cold planing and grinding of existing asphalt concrete pavement removal of existing Portland cement concrete improvements; construction of asphalt concrete pavement and asphalt rubber hot mix (ARHM) overlay; Portland cement concrete curb and gutter,spandrel,cross-gutter,and access ramps;traffic striping and markings;and all appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays,expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof,the City and the Contractor agree that as liquidated damages or delay(but not as a penalty), the Contractor shall pay the City the sum of $425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. SUNNY DUNES STREET IMPROVEMENTS ;;"a�µ1 ,•.,u� lo�'l ti I�'.i`r'": CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 AGREEMENT FORM 10/16/02 AGREEMENT AND BONDS— PAGE 1 ARTICLE 6--NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail, postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7—MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds Itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ay&�— APPROVED BY THE CITY COUNCIL: Minute Order No. 7250 Date 2/5/03 City Clerk '�3(1,�r�3 e Agreement No. A4636 APPROVED AS�TOFORM: BY AA; vOFv`" �{.n..v. City Attorney Agreement over/umkr $25,000 Date Reviewed and approved by CONTENTS APPROVED: Procurement& Contracting By Initials 1-r Date l o ns City Engineer P.O.Number Date City Manager Date -- / L 1 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 AGREEMENT FORM 10/16/02 AGREEMENT AND BONDS - PAGE 2 Y CONTRACTOR: Check one:_Individual_Partnership ZCorporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board,President,or any Vice President:AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer), By: By: Signature (notaarized) Signature rized) Name: QEM L S C- R i F6 L� Name: E RE1P-r C .R i F6 Title:_ Title: •?RES SEC State of oI State of County Iss County on r l_i)o� before me, .N., INANC.Y ESMOEDO ! On /1 before me, NANCY ESCOBEDO personally appeared DG Nts QJ-:)-�.L�b�1L personallyappeared RPMT C' •_?ttr(��'� personally known to me (o of personally known to me of safisfastappovideeeej to be the person(s)whose name(s)is/are sat'satl ce to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal.y/��� Notary Signature Notary Signature �J(o Notary Seal: Notary Seal: tdANCY ESCOBEDC3 i�1,rtiN<,^f CSC 120933I Comr�ission k i.LhY°7:'ry i r* Crnnmission 1 -�9,t.s. z lhTrnfdo > ,'�) Paoic_ry Public; Callfornla 4oigry Public-Cn i .,.,.. .� „ Scan L mCrdino f,o1,92 yC Bem�dmo COUn .. ��•�y�L^rrm.f7dr"r ,c,��1,2LQ5 h9 Cemm. res Jnn31,�5, BOND NUMBER 6209772 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That 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,State of California,hereinafter called the"City,"in the sum of Two Hundred Thirty Five Thousand Five Hundred Seventy Five($235.575.00) 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,fumly 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: PALM SPRINGS Sunny Dunes Street Improvement CITY PROJECT 01-15 Sunny Dues NOW THEREFORE,if said Contractor,its subcontractors,its heirs,executors,administrators,successors,or assigns shall fail to pay for any materials,provisions,provender,equipment or other supplies used in,upon,for or about the performance of the Work contracted to be done,or for any work or labor thereon of any kind,or for amounts due under the Unemployment Insurance Code,or for any amounts required to be deducted,withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor,all as required by the provisions of Title XV,Chapter 7,Sections 3247-3252,inclusive,of the Civil Code of the State of California and acts amendatory thereof and sections of other codes of the State of California referred to therein and acts amendatory thereof,and provided that the persons,companies,or corporations so furnishing said materials, provisions,provender,equipment or other supplies,appliances or power used in,upon,for or about performance of the work contracted to be executed or performed,or any person,company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done,or any person who performs work or labor upon the same,or any person who supplies both work and materials therefor,shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth and also will pay,in case suit is brought upon this bond,a reasonable attorneys fee,as shall be fixed by the Court. This bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED,that any alterations in the Work to be done or the materials to be furnished,or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety,and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED,this 6th day 0f March 2003 International Pavement International Pavement Contractor Solutions, Inc. Contractor Solutions, Inc. _ /J Title President Title Vice President Corporations require two notarized signatures: One from each of the following. 1. - Chairman of Board, President, or any Vice President: AND 2, Secretary, Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer), SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY Surrty Safeco Insurance Company of America `� Richard A. Beall B Title Attorney--In Fact S A F E C O POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE. SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 8002 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint 1,41F,d4.i>.k,k*I kktl,k1.+.l.,k kk'+kV"kk'kk'.#ki#d# k# k: ♦Y:B+*k:kkk:kR"*RICHARDA BEALL,Redlands,Callfbnua*************.a **kkA#�♦k;kR*kYMA iMk+Mi�Ak�aR:kR I..k kMBk gAA.A Its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 27th day of March 2000 _&V k� �&4v6o R.A.PIERSON,SECRETARY W.RANDALL STODDARD,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, R.A Pierson,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 6th day of March 2003 QPN COIgn9N` CECOMpy pojaPOR,�r� CORPORATE SEAL SEAL y sr 1953 oda y� f82'S OF WAS Of WdS�t�\s R.A.PIERSON,SECRETARY S-0974/SAEF 7/98 ®Registered trademark of SAFECO Corporation. 3/27/00 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On March 6,2003 before me, Stephanie Dickinson,Notary Public Dale Name and Title of Officer(e.g.,'Jane Doe,Notary Public") personally appeared Richard A.Beall Names)of Slgner(s) ®personally known to me - OR-❑proved to me an the basis of sat;sfa.tE)F evidence to be the person( whose names}is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacityoas-�and that by Ws/her/their signature(-s}on the instrument the person(o, or the entity upon behalf of which the persons)acted, executed the instrument. r dr l^rd, TT NESS my hand and official seal. ALI[ /�t, �%��=�f�t Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond Document Date: March 6,2003 Number of Pages: 2 Signer(s) Other Than Named Above: No Other Signers Capacity(les) Claimed by Signer(s) Signer's Name: Karen Jean 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 ofthumb hue ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: Safeco Insurance Company of Amet ica CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On March 7, 2003 before me, Nancy Escobedo,Notary Public Data Name and Title of Officer e( g,'Jane Doe,Notary Public') personally appeared Dennis C.Rieger and Brent C.Rieger Name(s)of Signer(s) N personally known to me-OR-[I proved to me the basis of satisfactory e,%aenGe to be the person(&) whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herlth&authorized capacity(ies}, and that by his/berftheir signature(&) on the instrument the person(s}, or the entity upon behalf of which the person(&) acted, NA NC, EscaaEno executed the instrument. .• ,J Notary Public-Californio � WIT ESS hand and official se ems, my ffi 7f Son Bemrdino a County AAaAComm,5Ph�s an37,2935 Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the aLcument 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: March 6, 2003 Number of Pages: 2 Signer(s) Other Than Named Above: Richard A.Beall Capacity(les) Claimed by Signer(s) Signer's Name: Dennis C.Rieger Signer's Name: Brent C.Rieger ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): President/Treasurer Title(s): Vice Pres./Secretary ❑ 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 dough gh here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. hltemational Pavement Solutions Inc. BOND NUMBER 6209772 PREMIUM $4712.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That International Pavement Solutions Inc.,as Contractor and Saf eco Insurance Company of America .as Surety, are held firmly bound unto the City of Pahn Springs,a Charter City,organized and existing in the County of Riverside,California,hereinafter called the"City,"in the soon of:Two Hundred Thirty Five Thousand Five Hundred Seventy Five($235,575.00)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: PALM SPRINGS Sunny Dunes Street Improvement CITY PROJECT 01-15 Sunny Dues NOW THEREFORE,if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part,at the tines and in the manner specified herein,then this obligation shall be null and void, otherwise it shall retrain 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 sball any extensions of time granted under the provisions of said Contract Documents,release either said Contractor or said Surety,and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this 6th day of March 20,03 Safeco Insurance. International Pavement Surety Company of America_-_ - "--_ Contractor Solutions, Inc. By nj. � '�__Riches-r-d A-;-Beall By Title Attorney In Faci_ Title President - - - (SEAL AND NOTARIAL,ACKNOWLEDGMENT International Pavement OFSURETY) Contractor Solutions, Inc. By ��G Title Vice President Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board,President, or any Vice President:AND 2.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). S A F E C O POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA / OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 8002 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint BEALL;RCdlalld5, Its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 27111 day of March 2000 �Crr��c atilo-n- k)I, '944[AA�{,j���6W4 R.A.PIERSON,SECRETARY W.RANDALL STODDARD,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced; provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (r) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 6th day of March 2003 C����,`� SJ�PNerE COMPgNo \ CORPORATE SEAL a W SEAL a y 953 JAjFOf WAS Nt 6 -mwas� R.A.PIERSON,SECRETARY S-0974/SAEF 7198 w Registered trademark of SAFECO Corporation 3/27/00 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On March 6,2003 before me, Stephanie Dickinson,Notary Public Data Name and Title of Officer(e.g.,'Jane Doe,Notary Public") personally appeared Richard A.Beall Name(s)of Slgner(s) ®personally known to me -OR-❑prc,cd to ., n the bass. of,.at sfaGtE,.- evideRGe to be the personM whose nameW is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theft authorized capacity0e4, and that by his/her/theft signature(s)on the instrument the person(o, or the entity upon behalf of which the personko acted, executed the instrument. WIT SS my hand and official seal. ub i � � . o us prtr n.11no t au rt<, � I /, I — -. ._,....__., hti i , � �. Notary�Gblic /OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the oocument 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: March 6,2003 Number of Pages: 2 Signer(s) Other Than Named Above: No Other Signers Capacity(les) Claimed by Signer(s) Signer's Name: Karen Jean 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 , ❑ Other: Top of thumb her, ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: Safeco Insurance Company of America CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On March 7, 2003 before me, Nancy Escobedo,Notary Public Dale Name and Title of Officer(e g,'Jane Doe,Notary Pubhe') personally appeared Dennis C.Rieger and Brent C.Rieger Name(s)of Sgner(s) N personally known to me-OR-❑pFg ed to me on the basis of satisfaeteF eapidpnsp to be the person(s) whose names)Ware subscribed to the within instrument and acknowledged to me that he/she4hey executed the same in hislher4 eir authorized capacity(aes�and that by his/herkheir signatures) on the instrument the person(s), a or the entity upon behalf of which the person(s) acted, _ NANCY ED P executed the instrument. �== m Commission S 1289339 $ ra®tary Pub'tr-6 allfrxnla ' WITNESS my hand and official al. San Bernardino County WCo mt.EgphsJm31,2W5 Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond Document Date. March 6, 2003 Number of Pages: 2 Signer(s) Other Than Named Above: Richard A.Beall Capacity(les) Claimed by Signer(s) Signer's Name: Dennis C.Rieger Signer's Name: Brent C.Rieger ❑ Individual ❑ Individual N Corporate Officer N Corporate Officer Title(s): President/Treasurer Title(s): Vice Pres./Secretary ❑ 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 here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavement Solutions Inc. International Pavement Solutions Inc. BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 COVER SHEET 10/16/02 BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL,INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO.01-15 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 he insured against liability for worker's compensation,or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). (� ,�..,, Dated: ,Z 9 >2,U O'�, Bidder: SAA(T�2Nf1-T10,yR{�..1/(IU,Eyy/I�1L��NT c�.�Dku-77 axis x7tic, By: (Signature) Title: •Y • I 1 Ir.�"A-3 —E SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 BID PROPOSAL 10116102 BID FORMS - PAGE 2 BID SCHEDULE A , Schedule of Prices for the Construction of the: SUNNY DUNES STREET IMPROVEMENTS in Palm Springs, California. CITY PROJECT NO. 01-15 Item Estimated Description Unit No. Quantity Unit Price Amount 1. Initial Mobilization - -- LS $ 2,200 00 2. Traffic Control - - - LS $ t{a FO Ofl 3. Traffic Striping and Markings - - - LS $ 3 9 oa 4, Remove Existing A.C. Pavement 5,550 SF $ 5D $ --2 77 0 5• Remove Existing A.C. Berm 820 LF $ �0 6, Remove Existing P.C.C. Improvements 655 SF $ a S� $ 637 7, Construct 3" A.C. Pavement 4,835 SF $ oZ OP $ 00 8 Construct 6" Crushed Miscellaneous Base 4,835 SF $� $ a5a SD 9• Construct Type A2-6 Curb & Gutter 810 LF l 10. Construct 4" PCC Sidewalk 175 SF $ 11. Construct Type B Access Ramp 1 EA $16sa 09 $ !6SD a 12. Construct Type D1 Cross-Gutter 200 SF $ 8S° $ /7�v OT 13. Construct Spandrel and Curb Return 475 SF $ L °O 14. Install Traffic Sign 2 EA � o° $ c2sD 15, Relocate Sign 1 EA $ QWO $ o�Sb TOTAL OF ALL ITEMS OF BID SCHEDULE W: $ 54,99S 4D (Price In figures) (Price in wards) [ _ SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 UNIT PRICE BID SCHEDULE 10/17/02 BID FORMS - PAGE 3 BID SCHEDULE B Schedule of Prices for the Construction of the: CAMINO REAL AND INDIAN TRAIL ARHM OVERLAY in Palm Springs, California CITY PROJECT NO. 01-15 Item Description Estimated Unit Unit Amoun[ No. Quantity Price 1. Initial Mobilization - - - LS $ 3,600.00 2. Traffic Control LS $ J`JS 50 oa 3. Cold Plane Existing AC Pavement 14,000 SF 6D s t5o s 7Obo - 4. Construct 1 '/s" ARHM Overlay 110,000 SF $ o,76 " 5. Adjust Water Valve Cover to Grade 1 EA $ moo s /po.oa 6. Adjust Sewer Manhole to Grade 7 EA $ 9'5 7• Traffic Striping and Markings - - - LS $ oZ�iSO 3a TOTAL OF ALL ITEMS OF BID SCHEDULE "B": $ loq, 3a5.0a (Price in figures) (Price in words) /qpM pyn .TNF6R*#1749Aj4L Aft&xc-ur 6&a7-1,ms rn« Name of Bidder or Firm SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 UNIT PRICE BID SCHEDULE 10/16/02 BID FORMS— PAGE 4 BID SCHEDULE C Schedule of Prices for the Construction of the: ANDEE DRIVE ARHM OVERLAY in Palm Springs, California Item Descninion No. Estimated Unit Unit Amount Quantity Price 1. Initial Mobilization - - - LS $ 2,000.00 1. Traffic Control - - - LS $ 2000 00 2. Cold Plane Existing AC Pavement 17,500 SF $ Jr0 $ 87� o0 3. Construct 1 '/2' ARHM Overlay 49,000 SF $ 4• Adjust Sewer Manhole to Grade 5 EA 5. Traffic Striping and Markings - - - LS 7 0= S TOTAL OF ALL ITEMS OF BID SCHEDULE "C": /s00 (Price in figures, (Price in words) c y 'OTAL OF ALL ITEMS OF BID SCHEDULES "A", "B" AND "C": �W $ 13 5, 5*)5 00 �T (Price In figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. .T-�lTeU147-10uAr. Pfv.M wr 6aul/DAi5 Name of Bidder or Firm SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 UNIT PRICE BID SCHEDULE 10/16/02 BID FORMS —PAGE 5 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address ■ ;a� QA- 9.2376 2. eg a33/70 `I S90 a 3. Q PLO . L1,01059 7 a-�D 4. � c G4 91 l b 1 -7 ao 1 5. 6. 7. 8. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 LIST OF SUBCONTRACTORS 10/16/02 BID FORMS - PAGE 6 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County o ) 1, Dek&t S 0 RL ER- being first duly sworn, deposes and says that he or s4e is of � ZAITERNgnOAIAL fAVEnlL�niT nousthe party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, ,communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder T-NMN4-Tl0uALiWl 0#r SOLIATtoNS .rNe, By Title P�5 •�IS Organization �lT6RT1ghI)Nqu �fAluEmEtili SpUrrynNS1rC. Address GDA 10U58 SAn1 b�Ru14Raluo/ � �4�-oµ58 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 NON-COLLUSION AFFADAVIT 10/16/02 BID FORMS - PAGE 7 BID BOND KNOW ALL MEN By THESE PRESENTS, That International Pavement Solutions, Inc. as Principal, and Colonial American Casualty and Surety Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: 10Z of Bid Amount dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City,$ Contract Documents entitled: SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO, 01-15 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 9th day of December 2002 Colonial American Casualty yCompany International Pavement SURETY' and Suret PRINGIPAL: Solutions, Inc. 1Chack one: `individual, -partnersNp, 9Y By t Karen Je Bjorn ad 1r Tide Attorney In Fact (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) INOTARI7.ED) Prim Namo and This; Dennis C. R-Leger, President By TARIARIZZ INDTED) Print Name and Title: Brent C_ Rieger, Secretary ICorporetiorw rcWke two eignato,=one from each of the TMOwing groups:A Chairman of Boats.Prowent,a any Vice Presldent;AND B,$e ntairy,Assistant aecrtWy.Treasurer,Assistant Treasurer, w Chief Financial efhcert, SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL,INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY BID BOND (BID SECURITY) FORM CITY PROJECT NO-01-15 BID FORMS- PAGE 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of SanBemardino On December 9,2002 before me, Nancy Escobedo,Notary Public Dale Name and Title of Officer(e g.,'Jane Doe,Notary Public') personally appeared Brent C.Rieger Name(s)of aignchs) ' ®personally known to me- OR-❑preved-te-ma e e-ba_'_ r �tcry_ev+dance to be the personN whose names}isiare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisiharithefr authorized capacity4e&}and that by his/itrstYtherr signature(&) an the instrument the person(s}, or the entity upon behalf of which the J NANCY executed the instrument. person(s) acted, ] Commissionon##12693289339 z Notary Public-COI1fOrn'lo £ Son Bemordino county IMTNESS my hand and official seal. My cornm.r�'res Jmt31.2005 _ ignature of Notary Public OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: December 9,2002 Number of Pages: 2 / Signer(s) Other Than Named Above: Karen JeanBjornestad Capacity(les) Claimed by Signer(s) Signer's Name: Brent C.Rieger Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): V.Pres./Sec. Title(s): 1-1Partner-❑ Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n- Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top oftllu!bon, ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: Intemational Pavement Solutions Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On December 9,2002 before me, Nancy Escobedo,Notary Public Data Name and i me at OffJoe,(e g,'Jane nce,Notary Public) Personally appeared Dennis C.Rieger Name(s)of Signer(s) N personally known to me - OR-❑ to be the personN whose nameW is/are subscribed to the within instrument and acknowledged to me that he/`,hem"teey executed the same in his/#eNtheir authorized capacity(tes-�and that by his/trer/their signature(.) on the instrument the person(.}, or the entity upon behalf of which the personal acted, Nr;l<cv esi:,. srcio executed the instrument. qZ� Cam-;)ssion 9 12P,9339 z NVQF)i PubliC- Califomia ty WITNESS my hand and official se ;• San Bernardino Coun 2:1 ' tiny Comm.6cpir5Jan 31,2005 04 SIgnaNre of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the aLcument 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: December 9,2002 Number of Pages: Signer(s) Other Than Named Above: Karen JeanBjornesrad Capacity(les) Claimed by Signer(s) Signer's Name: DENNfs C- /Rte,6&17, Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): Pres./'Treas. Title(s): ❑ Partner -❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-! n- Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other; Topofrh➢mU here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: Izrtenational Pavement Solutions Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ii On YVU l V Dale I /I Nameandweo thine,( o,.Jdod Doe,Notary a Ile"( personally appeared 1 S No e(s)of Slgner(5) personally known to me eviclencz to be the person(e)-whose name( is/are- subscribed to the within instrument and acknowledged to me that hefshe/ttreyexecuted the same in hisfherfthefr- authorized capacity(4est and that by his/her/their signatures) on the instrument the person(s}, or STEPFLANfE DlCgkSl7N the 'ty upon behalf of which the persons) Cammilfill#1313117 cted, xecuted the in ment. i '_*" , ' Notary Public-Califnmh San Bernardino county � I ES my h d and i at seal. MY Comm.Expires Jut 13,2005 — Slgnature of Notary Public TIONAL 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 Docume��J'/}� Title or Type of current: p ,I�Y)�1 D(— Document Date P P1� �l / d n/Number of Pages: Signers)Other Than Named Above: I kv, i Capacity(ies) Claimed b Signer Signer's Name: �7 PA ❑ Individual TOp of(hi her. ❑ Corporate Officer—Title(s): p Partner—❑ Limited ❑General Attorney-in-Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©1999 National Nolary Association-9350 Do Safe Ave,PO Box2402•C ate odh,CA913132402•v ,m tlenalnolaryerg Pred No 5907 Reordar Call Tell-Free 1-800 876-6829 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice Presided J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By- s �f said C�y, which are set forth on the reverse side hereof and are hereby certified to be in full force and n the dat , does hereby nominate, constitute and appoint Richard Allen BEALL and Karen Jean BJO D, both ands, California, EACH its true and lawful agent and Attomey-in-Fact,to make,execute, seal eliver,for its behalf as surety, and as its act and deed: any and all bonds and undertakings, each in j*alty not tq*ed'ed the sum of SIX MILLION DOLLARS ($ 6,000,000) and the execution of such bonds ertakings �rsuance of these presents, shall be as binding upon said Company, as fully and amply, to all i and purpo a If they had been duly executed and acknowledged by the regularly elected officers of the Comp-Y1 at its officed timore,Md., in their own proper persons. The said Assistant Secretary does hereby ceq e extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Comp *din in force. IN WITNESS WHEREOF, thgice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the id COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 7th day of September,A.D.2001. ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY SEAL 00� By: J G. Hamilton Assistant Secretary Paul C. Rogers Vice President State of Maryland County of Harford f ss: On this 7th day of September, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. F n NOTARY �9�0R°G0� 1 �J�rtcct, Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 POA-F 186-0016 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: -Z&-m t114f \Dtil10.L �AJEN� hlr SDLkrronJs SNL j� , � ,� 2. CONTRACTOR'S Telephone Number:( q�D 7T 9 4 - 2—LO -�/LL�'L Facsimile Number: ( �ocj ) -n q �D 9 8 3. CONTRACTOR'S License: Primary Classification R L State License Number(s) I Ll. Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety CDL.DWAL. { MERle_OM II &kALT9 i !SU" (:4, Address 391D KEStUICI< d ) AITtMDf2� � M �1�` I RWI-M( D BeAl-L ys Co \30 W,�mg_ GT. )'3ReDwNbs CdV 93.373 Surety Company (°DLOu 1 A L Vhe2 - SU I1Ltl1 £ SUIT `i Telephone Numbers: Agent (9n Surety (QDO( )79a Q_34•S 5. Type of Firm (Individual, Partnership or Corporation): C DVni 11POR-A r\D P4 6. Corporation organized under the laws of the State of: Q P't�4 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: Nuts 0- -rS ,/QRES (ks . r-#•a9as CQII->rIM\D9M(_ILW,eA 9a5ca 1E6E2 I-4RE5 Ee • J833 C LDu e2 Sri j�La� s nR 4a8�y SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-16 BIDDER'S GENERAL INFORMATION 10/16/02 BID FORMS - PAGE 9 BIDDER'S GENERAL INFORMATION (Continued) S. Number of years experience as a contractor in this specific type of construction work: a� yes 9. List at least three related projects Jco��mpll/e]]teed,,tooddate: a. Owner A&92".(XXAUCK ,' dress 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 DEZ B4TULC, 45P#4L>- &a. M4U4 Z_7Z, 11. Is full-time supervisor an employee )Lg�_ contract services 7 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. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 BIDDER'S GENERAL INFORMATION 10/16/02 BID FORMS - PAGE 10 INTERNATIONAL PAVEMENT BRANCH OFFICES: —Redlands —Orange County —Nevada SOLUTIONS -PalmDeset —San Jose —Arizona P.O Box 10458,San Bernardino,CA 92423-0458 — (909)794-2101 — 1 (800)826-4163 — Fax, (909)794-7098 Reference List Customer Information Customer Name Customer Name Copper Mountain College City of Temecula 6162 Rotary Way P.O. Box 9033 Joshua Tree, CA 92252 Temecula, CA, 92589 Contact: Kindred Murillo Contact: Susan Jones Phone: 909-366-3791 Phone: 909-694-6444 Type of work: Asphalt, Concrete, Striping T e of work: Concrete Repairs Ori final Contract$56,794.00 C/O$625.00 Revised Contract$57,419.00 1 Original Contact$61,433.00 C/O$4,378.50 Revised Contact$65,911.50 Customer Name Customer Name Crafton Hills Community Colle e City of Norco 44100 8th Street 2870 Clark Ave. San Bernardino, CA 92408 Norco, CA Contact: Darrell Covino Contact: Brian Petree Phone: 909-389-3381 Phone: 909-270-5632 Type of Work: Asphalt, Concrete, Seal, Striping, Type of work: Concrete and Landsping Landscaping Original Contract$340,526.00 C/O$24,679.90 Revised Contract$ Original Contact$65,500.00 C/O$-0-Revised Contact$65,500.00 365,205.90 Customer Name Customer Name Santa Rosa Community Services District DMV Thousand Oaks 41785 Enterprise Circle South P.O. Box 923382 Temecula, CA 92589 Sacramento, CA Contact: Jill Gipson Contact: Fred Layton Phone: 909-296-3176 Phone: 818-247-5227 Type of Work: Asphalt Type of work: Asphalt, Seal and Striping Original Contract$99,990.0o C/O$11,973.04 Revised Contract$ Original Contact$46,761.00 C/O$-0- Revised Contact$46,761.00 111,963.04 "Your Coniplete Outdoor Maintenance Solution " CA License#A/B729226 • NV License#A0041881 • http//www.pavement—solutions.com INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) FINANCIAL STATEMENTS September 30, 2002 CONTENTS Pages Accountant' s Report 1 Financial Statements Balance Sheet 2-3 Statement of Income and Retained Earnings 4 Statement of Cash Flows 5-6 Notes to Financial Statements 7-9 Supplementary Information Schedule of Income 10 Selling Expenses 11 Operating Expenses 12 Contracts in Progress 13-22 5 FREDERICK �EISS & COMPANY ACCOUNTANT' S REPORT To The Board of Directors INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) The accompanying balance sheet of International Pavement Solutions (An S Corporation) as of September 30, 2002, and the related statements of income and retained earnings and cash flows, for the nine months then ended, and the accompanying supplementary information contained in pages 10-21, which are presented only for supplementary analysis purposes, have been compiled by us in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants . A compilation is limited to presenting in the form of financial statements information that is the representation of management. We have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or any other form of assurance on them. The Company, with the consent of its shareholders , has elected under the Internal Revenue Code to be an S corporation . In lieu of corporation income taxes, the shareholders of an S corporation are taxed on their proportionate share of the Company ' s taxable income . Therefore, no provision or liability for federal income taxes has been included in these financial statements . November 13, 2002 / CERTIFIED PUBLIC ACCOUNTANT P.O. BOX 8398 • SAN BERNARDINO, CA 92412-8398 164 W. HOSPITALITY LANE, SUITE 6A • SAN BERNARDINO, CA 92408 (9091 890-3533 • FAX (909) 890-3543 INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) BALANCE SHEET September 30, 2002 A S S E T S CURRENT ASSETS Accounts receivable $1, 408 , 223 Earned revenue in excess of billings 1, 485, 439 Accrued retentions 23, 951 Material inventory 9, 205 Other receivables 119, 629 Prepaid expenses 52, 805 TOTAL CURRENT ASSETS 3, 099, 252 MACHINERY AND EQUIPMENT Vehicles and trailers 322, 835 Machinery and equipment 410, 631 Computer equipment 40, 418 Accumulated depreciation (437, 880) TOTAL MACHINERY AND EQUIPMENT 336, 004 OTHER ASSETS Goodwill, less accumulated amortization of $48, 190 74 , 422 Organization ccsts, less accumulated Amortization of $3 , 965 0 Deposits 13, 054 TOTAL OTHER ASSETS 87, 476 TOTAL ASSETS $3 , 522 , 732 The accompanying notes are an integral part of these statements . See Accountant' s Review Report -2- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) BALANCE SHEET September 30, 2002 L I A B I L I T I E S CURRENT LIABILITIES Accounts payable $ 878, 748 Accrued expenses 179, 724 Billings in excess of earned revenue 85, 505 Bank credit line 542, 731 TOTAL CURRENT LIABILITIES 1, 686, 708 LONG-TERM LIABILITIES Due to shareholder & affiliates 435, 021 TOTAL LONG-TERM LIABILITIES 435, 021 S T O C K H O L D E R S ' E Q U I T Y CAPITAL STOCK, authorized 75, 000 shares 7, 500 shares issued and outstanding 7, 500 RETAINED EARNINGS 1, 393, 503 TOTAL STOCKHOLDERS ' EQUITY 1, 401, 003 TOTAL LIABILITIES AND STOCKHOLDERS ' EQUITY $3 , 522, 732 The accompanying notes are an integral part of these statements . See Accountant' s Review Report -3- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) STATEMENT OF INCOME AND RETAINED EARNINGS - - - - - - - - - - - - - - - - - - - - - - For the Nine Months Ended September 30, 2002 CONTRACT SALES $8 869, 429 COST OF SALES 7, 167, 616 GROSS PROFIT 1, 701, 813 SELLING EXPENSES 311, 177 OPERATING EXPENSES 1, 042, 467 OPERATING INCOME 348, 169 OTHER INCOME 17, 404 INCOME BEFORE INCOME TAX 365, 573 STATE INCOME TAX EXPENSE ( 6, 095) NET INCOME AFTER INCOME TAX 359, 478 RETAINED EARNINGS, BEGINNING OF PERIOD 1, 034, 025 RETAINED EARNINGS, END OF PERIOD $ 1, 393, 503 The accompanying notes are an integral part of these statements. See Accountant' s Review Report -4- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) STATEMENT OF CASH FLOWS For the Nine Months Ended September 30, 2002 Increase (Decrease) in Cash & Cash Equivalents CASH FLOWS FROM OPERATING ACTIVITIES : Net income $ 359, 478 Adjustments to reconcile net income to net cash provided by operating activities : Depreciation and amortization 98, 993 Change in assets and liabilities: Increase in accounts receivable (331, 841) Increase in earned revenue in excess of billings (955, 697) Decrease in prepaid expenses 18, 388 Increase in other receivables (16, 063) Increase in inventories (9, 205) Increase in deposits (1, 443) Increase in accounts payable 135, 372 Increase in accrued expenses 83, 153 Increase in billings in excess of earned revenue 27, 090 Total adjustments (951, 253) Net cash provided by operating activities (591, 775) The accompanying notes are an integral part of these statements . See Accountant' s Review Report -5- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) STATEMENT OF CASH FLOWS For the Nine Months Ended September 30, 2002 Increase (Decrease) in Cash & Cash Equivalents CASH FLOWS FROM INVESTING ACTIVITIES: Purchase of machinery and equipment (56, 509) Net cash used in investing activities (56, 509) CASH FLOWS FROM FINANCING ACTIVITIES : Increase in due to shareholder & affiliates 173, 015 New borrowing 542, 731 Principal payments on long-term debt (67, 462) Net cash provided by financing activities 648 , 284 Nez decrease in cash and cash equivalents 0 Cash and cash equivalents at beginning of year 0 Cash and cash equivalents at end of year S 0 The accompanying notes are an integral part of these statements. See Accountant' s Review Report -6- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) NOTES TO FINANCIAL STATEMENTS - - - - - - - - - - - - - - - For the Nine Months Ended September 30, 2002 (1) Summary of significant accounting polices The significant accounting policies followed by the Company are summarized below. Depreciation and amortization of fixed assets - Depreciation of vehicles, machinery and equipment, shop equipment, office furniture and equipment, is computed on the straight-line and declining-balance methods over useful lives of 3 to 10 years . The depreciation charged to operations for the nine months ended September 30 , 2002 was $92, 711 . Amortization of other assets - Amortization of goodwill is computed using the straight-line method over 15 years . Organization expenses are being amortized over 5 years . The amortization charged to operations for the nine months ended September 30, 2002 was $6, 282 . Supply inventories are valued at the lower of cost or market using the first-in first-out method. Recognition of profit on long-term contracts - Service income is recorded on the percentage-of-completion basis . The contract price and the estimated profit are accrued based on the percentage that costs to date bear to total estimated costs, except that projected losses are provided for in their entirety without reference to the percentage-of-completion. As contracts can extend over one or more years, revisions in cost and profit estimates during the course of the work are reflected in the accounting period in which the facts which require the revision become known. Revenues earned on specific jobs in excess of amounts billed are shown as a current asset and amounts billed in excess of revenues earned are shown as a current liability. See Accountant' s Review Report -7- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) NOTES TO FINANCIAL STATEMENTS - - - - - - - - - - - - - - - For the Nine Months Ended September 30, 2002 (1) Summary of significant accounting polices (continued) Use of estimates - The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates . (2) Income taxes By unanimous consent of its stockholders, the Company has elected to be taxed under the provisions of Subchapter "S" of the Internal Revenue Code beginning January 1, 2002 . Under those provisions the Company does not pay federal corporate income taxes on its income. Instead, the stockholders are liable for individual income taxes on their respective share of the Company' s taxable income. State corporate tax is paid at a rate of 1 . 50 . Any unused tax credit carryovers and net operating losses will be suspended and available for use if the Company reverts to a "C" corporation. (3) Statement of cash flows Supplemental disclosures of cash flow information: Cash paid for the current period for: Interest $88, 519 Taxes 6, 095 See Accountant' s Review Report -8- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) NOTES TO FINANCIAL STATEMENTS - - - - - - - - - - - - - - - For the Nine Months Ended September 30, 2002 (4) Related party transactions The Company leases the Mentone office building and shop facilities from the shareholder. The buildings are on a five-year lease with monthly lease payments in of $9, 750 . The lease expires June 30, 2004 . The Company also leases a substantial amount of its equipment from an entity controlled by the sole shareholder. At September 30, 2002, the company had outstanding notes payable to its shareholder and affiliates in the amount of $435, 021 . (5) Concentration of credit risk The Company maintains a cash account in a commercial bank that frequently exceeds the Federal Deposit Insurance Corporation (FDIC) limit of $100 , 000 . Management monitors the bank on a regular basis to ensure losses will not occur. See Accountant' s Review Report -9- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) SUPPLEMENTARY INFORMATION - SCHEDULE OF INCOME For the Nine Months Ended September 30, 2002 SALES AND GROSS PROFIT SALES Sales $ 8, 877, 663 Discounts allowed (8, 233) TOTAL NET SALES 8, 869, 429 COST OF SALES Material 2, 292, 766 Labor 2, 412, 562 Fuel 211, 397 Equipment lease 306, 000 Subcontractors 767, 157 Equipment rental 56, 060 Repairs and maintenance 204, 392 Damage claims 4, 282 Depreciation 92, 711 Dump fees 144, 398 Safety & first aid 3, 546 Supplies 58, 565 Subsistence 21, 196 Bids and bonding 5, 099 Plans and permits 1, 561 Payroll taxes 213, 092 Workers compensation insurance 369, 726 Miscellaneous 3, 106 TOTAL COST OF SALES 7, 167, 616 GROSS PROFIT $ 1, 701, 813 -10- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) SUPPLEMENTARY INFORMATION - SELLING EXPENSES - - - - - - - - - - - - - - - - - - - - - - - For. the Nine Months Ended September 30, 2002 SELLING EXPENSES Advertising $ 15, 124 Amortization 6, 282 Commissions 39, 237 Sales salaries 199, 105 Payroll taxes 19, 360 Subsistence 172 Workers' comp insurance 8, 239 Automobile expense 23, 413 Travel & entertainment 245 TOTAL SELLING EXPENSES $311. 177 -11- INTERNATIONAL PAVEMENT SOLUTIONS (An S Corporation) SUPPLEMENTARY INFORMATION - OPERATING EXPENSES - - - - - - - - - - - - - - - - - - - - - - - For the Nine Months Ended September 30, 2002 OPERATING EXPENSES Automobile $ 39, 762 Bad debt recoveries (1, 115) Bank charges 2, 795 Bonds 34 , 001 Collection expense 35 Dues and subscriptions 5, 055 Hazardous waste disposal 350 Insurance 195, 206 Interest expense 38, 519 Licenses 31, 586 Miscellaneous 7 , 072 Office expense 28, 108 Payroll service 7, 272 Professional fees 14 , 146 Postage 12, 064 Pre-employment physicals 39 Rent 97, 350 Repairs and maintenance 18, 291 Salaries 267 , 852 Shop supplies 56, 239 Small tools 5, 896 Taxes - property 3, 312 Taxes - payroll 23, 042 Taxes - other 292 Telephone 68 , 637 Travel and entertainment 7, 150 Uniforms 832 Utilities 28 , 677 TOTAL OPERATING EXPENSES $1, 042 , 467 -12- INTERNATIONAL PAVEMENT SOLUTIONS,INC. SUPPLEMENTARY INFORMATION CONTRACTS IN PROGRESS FOR THE NINE MONTHS ENDED DECEMBER 31,2000 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JJOEI NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS 6M0001 SYCAMORE TERRACE#568-13 $8,700 $5,090 $ 2,610.00 $ 3,780.00 $ 5,40000 $ 5,400.00 6M0003 EVERGREEN#564-03 $7.200 $5,760 $ 1,440.00 $ 4,26000 $ 5,325.00 $ 5,325.00 0M0004 GREEN VALLEY#532-04 $8,700 $6,960 $ 1,740.00 $ 4,320-00 $ 5,400,00 $ 5,400-00 OM0005 MONTECITO//473-07 $7,800 $6,240 $ 1,560.00 $ 4,315.00 $ 5,394.00 $ 5,393.00 $ 1.00 6M0006 ROSEWOOD#567-09 $7.800 $6,240 $ 1,560.00 $ 4.32000 $ 5,400.00 $ 5.400.00 6M0007 SOMERSET#530-10 $7,660 $6,120 $ 1,530.00 $ 4,320.00 $ 5.400.00 $ 5,400.00 GM0008 SUNS CAPE WEST#523-11 $7,955 $6.425 $ 1,530.00 $ 4,361.00 $ 5,400.00 $ 5,400.00 6M0009 SYCAMORE PARK#500-12 $7,950 $6,420 $ 1,630.00 $ 4,361.00 $ 5,400.00 $ 5,400.00 6MOO10 MOUNTAIN VIEW 4566 $7,750 $6,220 $ 1,530.00 $ 4,334.00 $ 5,400.00 $ 5,400.00 6M0011 PARK VIEW PLACE#565 $7,650 $6,120 $ 1,530.00 $ 4.320.00 $ 5,400.00 $ 5.400.00 6MOO89 PC#449-12649 FOOTHILL BL. $61,427 $50,806 $ 10,621.00 $ 45,430.00 $ 54,927.00 $ 54,927.00 6M0294 INDIANA BUSINESS CENTER $32.104 $20,379 $ 11,725.00 $ 19,818.00 $ 31,220.00 $ 31,220.00 6MO302 INDIANA PLAZA r $11,775 $9.420 $ 2,355.00 $ 8,428.00 $ 10,535 00 $ 16,535.00 6MO509 BANK OF AMERICA#1198 $11,070 $8,856 $ 2,214.00 $ 7.776.00 $ 9,720.00 $ 9,720.00 6MO511 COOK ST. BUSINESS PARK $3,248 $2,598 $ 650.00 $ 1.612.00 $ 2,016.00 $ 2,01600 6MO514 BANK OF AMERICA#950 $10,835 $8,668 $ 2,167.00 $ 7,73Z00 $ 9,665.00 $ 9.665.00 6MO515 BANK OF AMERICA#2428 $11,000 $9.311 $ 1,689.00 $ 6,365.00 $ 7.51900 $ 7,519.00 6M05W BANK OF AMERICA#585 $11,070 $6,556 $ 2,214.00 $ 7,684.00 $ 9,85500 $ 9,85500 6MO517 BANK OF AMERICA#916 $11,000 $8,244 $ 2,756.00 $ 8,045.00 $ 10,735.00 $ 10,735.00 6MO534 AVE B BOCKNER BLDG $7,500 $6,285 $ 1,216.00 $ 2,724.00 $ 3,250.00 $ 3,250.00 6MO536 69838 HWY I I11KOBE STEAK $5,899 $4,719 $ 1,180.00 $ 3,250.00 $ 4,06200 $ 4,062.00 6MO671 SPRING TREE TOWNHOMES $7,500 $6,000 $ 1,500.00 $ 4.380.00 $ 5,475.00 $ 5,476.00 6MO677 VINTAGE WOODS APTISNTA AN $10,620 $8,496 $ 2,124.00 $ 5,256.00 $ 6,570.00 $ 5,570.00 6MO684 NOEVIR/S.MAIN/IRVINE $9,440 $7,552 $ 1,888.00 $ 4,672.00 $ 5.840.00 $ 5,840.00 6MO686 NOEVIR/COWAN/IRVINE $2,940 $2,352 $ 588,00 $ 2,044.00 $ 2.55500 $ 2,555-00 6M0687 AXELSON SHOPPING CENTER $20.805 $13,523 $ 7,282.00 $ 13,338.00 $ 20,520 00 $ 20,520.00 6M0689 1301 STATE COLLEGE BLVD. $2,734 $1.777 $ 957.00 $ 1,76200 $ 2,696.00 $ 2,696.00 5M0691 RIVERSIDE MEDICAL CLINIC $12,775 $8.304 $ 4,471.00 $ 8,191.00 $ 12,600 00 $ 12.600.00 5M0692 RIVERSIDE LEGAL&PROF. $6,660 $4,329 $ 2,331.00 $ 4,270.00 $ 6,570.00 $ 6,570.00 5M0700 DE ANZA COUNTRY PLAZA $5,180 $3,357 $ 1,813.00 $ 3,322.00 $ 5.110 00 $ 5,110.00 , iM0706 DEANZA COUNTRY SCIRIVERSI $10,030 $8 024 $ 2,006.00 $ 4,96400 $ 5,205 00 $ 6,205.00 3M0706 DEANZA COUNTRY SC/RIVERSI $62,900 $40,885 $ 22,01600 $ 40,333.00 $ 62,050 00 $ 62 050.00 M0710 IRONWOOD PLAZA $60,950 $48,760 $ 12.190.00 $ 33,120.00 $ 41,40000 $ 41,400.00 M0711 PLAZA DE MAJORCA/MOREN VA $26.587 $16,632 $ 5,955.00 $ 16,404.00 $ 25,236 00 $ 25,236 00 M0728 MERRIL-LYNN PLAZA/MONTCLA $11,660 $9,328 $ 2,332.00 $ 6,424.00 $ 8,030.00 $ 8,030.00 M0729 WHITE&MILLER PROPERTIES $3,402 $2,722 $ 68000 $ 1,875.00 $ 2,34300 $ 2,343 00 M0731 MONGOLIAN BAR 8 QUE $6,894 $5 516 $ 1,378.00 $ 3,750 00 $ 4,68700 $ 4,687,00 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JOB NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS 6M0732 CALIMESA PLAZAlCALIMESA $4,320 $3.456 $ 864.00 $ 2,08800 $ 2,610.00 $ 2,610.00 6M0736 INDIAN PALMS HOA#3 $2,850 $2,280 $ 570.00 $ 1,608.00 $ 2,010.00 $ 2,010.00 6MO737 INDIAN PALMS HOA 415 $5,200 $4,160 $ 1,040.00 $ 2,920.00 $ 3,650.00 $ 3,650.00 6MOB21 B OF A#1124 PALM SPRINGS $6,370 $5,096 $ 1,274.00 $ 3.796.00 $ 4,745.00 $ 4,745.00 6MOS41 LAKEVIEW MOBILE ESTATES $6,453 $5,220 $ 1,233.00 $ 3,813.00 $ 4.714.00 $ 4,713.00 $ 1.00 M00976 SB#137 WHITGER BLVD $660 $357 $ 193.00 $ 40100 $ 550.00 $ 550.00 M01050 PAVILLION CENTER $850 $552 $ 298.00 $ 589.00 $ 850.00 $ 850.00 M01363 PADDISON SQUARE $550 $357 $ 193.00 $ 42600 $ 550.00 $ 550.00 MOM003 KMART#4274-LIM $8,400 $5,460 $ 2,940.00 $ 5,265.00 $ 8,100.00 $ 8,100.00 M10043 RALPHS#713 $750 $487 $ 263.00 $ 645.00 $ 750.00 $ 750.00 M10076 SHOPPING CENTER $500 $325 $ 175.00 $ 328.00 $ 50000 $ 500.00 M10106 SB#46 UPLAND $14,523 $9,440 $ 5,083.00 $ 9,800.00 $ 14,523 00 $ 13,873.00 $ 650.00 M10107 SB#64 PERRIS $14,977 $9,735 $ 5,242.00 $ 9,800.00 $ 14,977.00 $ 14,289.00 $ 688.00 M10167 SB#126 PALM SPRINGS $17,723 $11,520 $ 6,203.00 $ 11,073.00 $ 17,035.00 $ 17,035.00 M10227 SB#101 BARSTOW $575 $374 $ 201.00 $ 429,00 $ 575.00 $ 575.00 M10237 NATIONAL CITY SITE $23,480 $10,187 $ 13,293.00 $ 12,599.00 $ 23,430.01) $ 23,4BO 00 M10261 ENTERPRISE RENT CAR $2,500 $1,530 $ 970.00 $ - M10262 SB#145 PALMDALE $24,471 $16,906 $ 8,565.00 $ 16,023.00 $ 24,471.00 $ 21,671.00 $ 2,800.00 M10263 SB 958 PALM $25,978 $16,886 $ 9,092.00 $ 17,126.00 $ 25,978.00 $ 24,078.00 $ 1,900.00 M10264 SB#43 NO. RIALTO $14,477 $9,410 $ 5.067.00 $ 10,200.00 $ 14,477.00 $ 13.577.00 $ 90000 M1D265 SB#91 BIG BEAR $19,820 $12,883 $ 6,937.0D $ 13,026.00 $ 19,820.00 $ 17,870.00 $ 1,95D.00 M10389 SB#99 INDIAN $35,209 $22,886 $ 12,323.00 $ 27,138.00 $ 35,209.00 $ 34,009.00 $ 1,200.00 M10501 SB#149 SAN CLEMENTE $25,241 $16,407 $ 8.834.00 $ 17,423.00 $ 25,241.00 $ 24.246.00 $ 995.00 M10569 SB#12 SO.RIALTO $17,026 $11.067 $ 5,959.00 $ 12,011.00 $ 17,026.00 $ 16,326.00 $ 70000 M10571 SB#118 VICTORVILLE $16,066 $10,443 $ 5,623.00 $ 10,450 00 $ 16.066.00 $ 14,716.00 $ 1,350,00 M70701 SPECTRUM CLUB $4,500 $2955 $ 1,545.00 $ - M10717 SB#99 INDIAN $21,932 $14,256 $ 7,676.00 $ 15,393.00 $ 21,932.00 $ 20,632.00 $ 1,300.00 M10746 SB#24 DEL ROSA $46,125 $29,981 $ 16,144.00 $ 30,011.00 $ 46,125.00 $ 44,176.00 $ 1.950.00 M10758 SB MAIN WAREHOUSE $960 $617 $ 333.00 $ 623.00 $ 950.00 $ 950.00 M10767 BEHAVIORAL MEDICINE $4,715 $2,005 $ 2,710.00 $ - M10770 BEHAVIORAL MEDICINE $4,852 $3,154 $ 1,698.00 $ 3,203.00 $ 4,85200 $ 1,500.00 $ 3,352.00 M 10774 SOUTHWOOD APARTMENTS $6,848 $4,451 $ 2,397.00 $ 4,606.00 $ 6,848.00 $ 3,512.00 $ 3,336.00 M10775 SCHOONER BAY APARTMENTS $55.468 $47,001 $ 8,467.00 $ 48,039.00 $ 55,468.00 $ 29,402.00 $ 26.066 00 M10775 ARBOR TERRACE APARTMENTS $34,860 $29,368 $ 5,492.00 $ 29,462.00 $ 34,860.00 $ 25,231.00 $ 9,629.00 M10799 SB#110 APPLE VALLEY $6,817 $4,431 $ 2,386.00 $ 4,492.00 $ 6,817.00 $ 6,817.00 M10818 BATRON CENTER $768 $305 $ 463.00 $ 311.00 $ 768.00 $ 768.00 M10822 SB#44 NORCO $18,378 $11,946 $ 6,432.00 $ 12,009.00 $ 18,378.00 $ 16,778.00 $ 1,60000 M10823 SB#73 MONTCLAIR $1B,549 $12,057 $ 6,492.00 $ 12,102.00 $ 18,549.00 $ 17,449.00 $ 1,10000 M10824 SB#95 FONTANA ARROW $17,625 $11,456 $ 6,169.00 $ 12.065.00 $ 17,625.00 $ 15,775.00 $ 1 850.00 M10825 SB#105 29 PALMS $25.748 $16,736 $ 9,012.00 $ 19,005.00 $ 25,748 00 $ 23,743.00 $ 2,000.00 M10848 TARA HILLS HOA $13,354 $8,680 $ 4,674 00 $ 8,681 00 $ 13,354.00 $ 3,06000 $ 10,294.00 M10653 SB#38 MCFADDEN $12,371 $8041 $ 4,33000 $ 8,107.00 $ 12,371 00 $ 11,271 00 $ 1,100.00 M10861 SB#62 CORONA $550 $357 $ 19300 $ 36200 $ 550.00 $ 550.00 M10864 VICTOR VALLEY MALL $129,838 $84,395 $ 45,443 DO $ 89,789.00 $ 129,838 00 $ 98,886.00 $ 30,95200 M10904 SB#123 NO VICTORVILLE $15,903 $10,337 $ 5,566.00 $ 10,524 00 $ 15,903 00 $ 13,503 00 $ 2.400.00 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JOB NAME I AMOUNT COSTS PROFIT I TO DATE EARNED TO DATE OF BILLINGS EARNINGS M10905 SB#23 YUCAIPA $28.070 $18,245 $ 9.825.00 $ 19,425.00 $ 28,070.00 $ 26,870.00 $ 1,200.00 M10971 SB#99 INDIAN $33,713 $21 913 $ 11 800.00 $ 22,089.00 $ 33,713.00 $ 29,913.00 $ 3,800.D0 M10984 RIVERCOURTAPTS $3.500 $2,275 $ 1,225.00 $ 2,651.00 $ 3,500.00 $ 3,600.00 M10990 SB 9119 EAST HEMET $550 $180 $ 370.00 $ 192 00 $ 550.00 $ 550.00 M10995 DENNIS CARDEN $2,245 $860 $ 1.385.00 $ 86900 $ 2.245.00 $ 2.245.00 M11043 SB#78 ARCHIBALD $36,868 $30,624 $ 6,244.00 $ 31,209.00 $ 36,86800 $ 34,368.00 $ 2,600.00 M1FO07 FORT IRWIN PRESCHOOL $1,640 $1,200 $ 440.00 $ - M1S018 DEPT WATER&POWER $1,275 $385 $ 690.00 $ 828 00 $ 1,275 00 $ 1.275.00 M20022 FASTRIP GAS STATION $2 995 $1.947 $ 1,048 00 $ - M20030 SB 436 40TH ST $550 $315 $ 23500 $ 329,00 $ 550,00 $ 550.00 M20147 DAVE AND DEBROAH KITCHING $103,000 $66,950 $ 36,050 00 $ 19,500.00 $ 30 000.00 $ 55,000.00 $ 25 000.00 M20172 SB#59 SOUTH ONTARIO $23,123 $15,030 $ 8,093.00 $ 8,672.00 $ 13,340.00 $ 13,340.00 M20174 SB#33 SEVENTEENTH STREET $23,523 $15,140 $ 8,383.00 $ 15.239.00 $ 23,523.00 $ 22,323.00 $ 1,200.00 M20300 DEL PRADO APARTMENTS $6,200 $4,837 $ 1,363.00 $ 6,860.00 $ 6,200 00 $ 5,481.00 $ 281.00 M2036B NEW CAFE $1,975 $1,134 $ 841.00 $ - M20378 SB#139 MURIETTA $28,758 $18,592 $ 10,166.00 $ 18,602.00 $ 28,758.00 $ 27,783.00 $ 975.00 M20385 PROMENADE MALL $950 $300 $ 650.00 $ 47.00 $ 150.00 $ 950.00 $ $00.00 M20415 LDS REDLANDS TEMPLE $59,600 $38,590 $ 21,010.00 $ - M20425 SB#56 PALM $2,200 $1,430 $ 770.00 $ 1.438.00 $ 2,200.00 $ 2,200.00 M2D503 319 WEST FOOTHILL $9,724 $6,171 $ 3,553.00 $ 6,289.00 $ 9,724.00 $ 9,724.00 M20504 BEN BURNS $1,460 $949 $ 511.00 $ - M20524 SB#69 GLEN AVON $21,763 $13,866 $ 7,877.00 $ 14,003.00 $ 21,763.00 $ 20,563.00 $ 1,200.00 M20525 SB MAIN WAREHOUSE $10,620 $6,750 $ 3,870.00 $ 6.92600 $ 10,620.00 $ 10,620.00 M20526 SB#DE DE BERRY $900 $575 $ 325.00 $ 592.00 $ 900.00 $ 900.00 M20530 TWIN PINES APARTMENTS $295 $103 $ 192.00 $ 106.00 $ 295.00 $ 295.00 M20571 APARTMENT COMPLEX $1,900 $1,236 $ 655.00 $ 1.354.00 $ 1,90000 $ 1,900.00 M20578 SB#1 ARLINGTON $6.928 $4,503 $ 2,425.00 $ 5,926.00 $ 6,928.00 $ 5,976.00 $ 950.00 M20580 SB#63 WALNUT $96,408 $62.665 $ 33,743.00 $ 62,999.00 $ 96,408.00 $ 95,168.00 $ 1,250.00 M20601 CARL'S JR#390 $335 $150 $ 185.00 $ 192.00 $ 335.00 $ 33600 M20605 SB#44 NORCO $250 $160 $ 100.00 $ 352.00 $ 250.00 $ 250.00 M20608 SB#123 NO VICTORVILLE $750 $487 $ 263.00 $ 879.00 $ 750.00 $ 750.00 M20609 SB#32 CHAPMAN $525 $437 $ 88.00 $ 439.00 $ 525.00 $ 525.00 M20621 BODYZEN $9,000 $5.850 $ 3,150.00 $ 20,422.00 $ 9,000,00 $ 9.000.00 M20627 RETAIL CENTER $9,098 $3.903 $ 5,195.00 $ 4,466.00 $ 9,098 00 $ 5,543.00 $ 3,55500 M20642 CREEKSIDE $11,870 $7,715 $ 4,155.00 $ 7,798.00 $ 11 870.00 $ 11,870 00 M20647 LDS LAKEWOOD $100,160 $65,254 $ 34,906.00 $ - M20653 MARTIN LUTHER KING JR CTR $14.528 $9,893 $ 4,636.00 $ 10.102.00 $ 14,528.00 $ 14,528.00 M20660 COUNTRY OAKS APARTMENTS $2.544 $1,654 $ 890.00 $ 1,69300 $ 2,544 00 $ 2,54400 M20663 CARLS JR $3,600 $2,340 $ 1.260.00 $ 2,399.00 $ 3,600.00 $ 3,600.00 M20674 SEASIDE BREEZES $21,322 $14,609 $ 6,713.00 $ 10,953.00 $ 15,986,00 $ 15 986.00 M20679 LA SIERRA PLAZA $550 $357 $ 193.00 $ 652.00 $ 550.00 $ 550.00 M20680 FIRE STATION $875 $569 $ 306.00 $ 59800 $ 875.00 $ 875,00 1A20682 ENDERLE CENTER $38,246 $24,860 $ 13,386.00 $ 34,264 00 $ 38,246 00 $ 38.246,00 A20587 SB#81 LOMA LINDA $21,410 $13,916 $ 7,494.00 $ 14,22200 $ 21,410 00 $ 21,410 00 ,420688 COLD STORAGE $250 $150 $ A00.00 $ 159,00 $ 25000 $ 25000 TOTALI ESTIMATE ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN - JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF - NUMBER JJOEI NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS M206B9 ENOERLE CENTER $2,000 $1,300 $ 700.00 $ 8,565.00 $ 2,000.00 $ 1,600.00 $ 400.00 M20691 DEL TACO CORPORATE $350 $160 $ 200.00 $ 199.00 $ 350.00 $ 350.00 M20698 COMMERCIAL BUILDING $2,473 $1,607 $ 866.00 $ 3,273.00 $ 2,473.00 $ 2,598.00 $ 125.00 M20701 SAN TROPEZ $750 $487 $ 263.00 $ 1,084 00 $ 750.00 $ 750.00 M20703 TUSTIN COMMERCIAL CENTER $4,394 $2,856 $ 1,638.00 $ - M20704 FIDELITY NATIONAL TITLE $2,371 $1,541 $ 830.00 $ - M20718 BELKIN COMPONENTS $22,950 $14,917 $ 8,033.00 $ 23,202 00 $ 22,950.00 $ 22,950.00 M20720 CARLS JR#4B7 $4,764 $3,097 $ 1,667.00 $ - M20724 WALNUT BUSINESS PARK $36,178 $22,866 $ 12.312.00 $ 26,331 00 $ 35,178 00 $ 33,864.00 $ 1.314.00 M20726 COMMERCIAL BUILDING $3,250 $2,112 $ 1,138.00 $ 2,190.00 $ 3,250.00 $ 3.250.00 M20732 SB#165 ORANGE $4,850 $3,152 $ 1,698.00 $ 650.00 $ 1,000.00 $ 1,000.00 M20734 SB#154 FIRESTONE $7,000 $4,550 $ 2,450.00 $ 4.625.00 $ 7,000.00 $ 7.000.00 M20737 SUMMIT APARTMENTS $1,850 $1.202 $ 648.00 $ 1,816.00 $ 1,850.00 $ 1,850.00 M20740 AMBERWOOD BUSINESS PARK $26,616 $17,300 $ 9,316.00 $ 9,761.00 $ 15,000.00 $ 16.000.00 M20743 SB#85 VINEYARD $550 $357 $ 193.00 $ 360.00 $ 550.00 $ 550.00 M20744 SB#114 BLAIN&IOWA $550 $357 $ 193.00 $ 615.00 $ 55000 $ 550.00 M20746 BURGER BASKET $52,876 $34,369 $ 18,50T00 $ 325.00 $ 500.00 $ 500.00 M20749 REGENCY PALMS APARTMENTS $2,697 $1,753 $ 944.00 $ 2,038.00 $ 2,697.00 $ 2,697.00 M20757 LDS LAKE ARROWHEAD $7,200 $4,680 $ 2,520.00 $ 6,478.00 $ 7,200.00 $ 7,200.00 M20758 CHEROLET DEALERSHIP $1,599 $1,039 $ 560.00 $ 2,126.00 $ 1,59900 $ 975.00 $ 624.00 M20767 CANYON SPRINGS HOA $2,925 $1,901 $ 1,024.01) $ 1.933.00 $ 2,925.00 $ 2,92500 M20768 PRIVATE DRIVEWAY $7.383 $4,799 $ 2,584.00 $ 8,553.00 $ 7,383.00 $ 7,353.00 M20769 FOOTHILUGLENDORA $6,594 $4,286 $ 2,308.00 $ 4,301.00 $ 6,594.00 $ 6,594 00 M20770 VEHICLE SERVICE LOT $995 $647 $ 348.00 $ 652.00 $ 995.00 $ 995,00 M20771 SB#103 RIMPAU $500 $325 $ 175.00 $ 390.00 $ 500.00 $ 500.00 M20772 SB 4110 APPLE VALLEY $550 $357 $ 19 m $ 362.00 $ 550.00 $ 5%00 M20774 NEWPORT BLUFFS $24,046 $15,630 $ 8.416.00 $ 18,227.00 $ 24,046.00 $ 24,046,00 M20775 WIND RUSH VILLAGE $29,000 $18,850 $ 10,150.00 $ 21,411.00 $ 29,000.00 $ 29,000,00 M20782 THE UNION BANK OF CA $4,620 $3,003 $ M17.00 $ 3,011,00 $ 4,620.00 $ 4,62000 M20789 BEAVER MEDICAL CLINIC $750 $221 $ 529.00 $ 221.00 $ 750.00 $ 750.00 M20790 LDS LAKE LOS ANGELES $4,885 $3,175 $ 1,710.00 $ - M20791 LDS SOUTH NORMA $6,460 $4,199 $ 2,261.00 $ - M20792 LDS LANCASTER $250 $162 $ Bum $ 169.00 $ 250.00 $ 250.00 M20793 LOS AGUA DULCE $4,615 $3,000 $ 1,615,00 $ - M20794 EAGLE KNOLL $5,808 $3,775 $ 2,033,00 $ - M20796 UNIVERSITY IOWA GARDENS $42,860 $27,859 $ 15,001,00 $ 33,745.00 $ 42,860.00 $ 42,860 00 M20797 PICO RIVERA PALLET INC. $614,474 $399,408 $ 215,066.00 $ 266,728.00 $ 410,350.00 $ 410,350.00 M20801 THE EXECUTIVE GUILD $29,598 $19,239 $ 10,359 00 $ 23,288.00 $ 29,598.00 $ 29,598.00 , A20803 W R MEADOWS $15,875 $10,319 $ 5,556 00 $ 10,350 00 $ 15,876.00 $ 13,500.00 $ 2,375 00 A20804 DEL TACO 4635 CARSON $4,275 $2,779 $ 1,496.00 $ - 020809 PARKVIEW TERRACE APTS $4,180 $2,717 $ 1,463.00 $ 2,826.00 $ 4,18000 $ 4,18000 A20810 REDLANDS LAWN AND TENNIS $887 $577 $ 310.00 $ 1,628.00 $ 887.00 $ 887.00 A20811 SB#24 DEL ROSA $250 $162 $ 88.00 $ 201.00 $ 250.00 $ 250.00 A20813 SB#125 OAK GLENIYUCAIPA $375 $244 $ 131.00 $ 24500 $ 375 00 $ 375.00 A20814 SB#110 APPLE VALLEY $250 $162 $ 88,00 $ 17200 $ 250 00 $ 250.00 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JJOB NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS - M20817 SB#72 LAKE ELSINORE $6,575 $4,274 $ 2,301.00 $ - M20823 CARLS JR#176 $750 $487 $ 263.00 $ 499.00 $ 750.00 $ 750.00 M20824 GOLDEN EXPRESS $3675 $2,389 $ 1,286.00 $ 651.00 $ 1,000.00 $ 1,000.00 M20826 COMMERCIAL ROAD $5,400 $3,510 $ 1,890.00 $ 650.00 $ 1,000,00 $ 1,000.00 M20827 SANMIGUELHOA $6,456 $4.196 $ 2,260.00 $ 2,925.00 $ 4.500.00 $ 4,500.00 M20828 SB#91 BIG BEAR $550 $357 $ 193.00 $ 760,00 $ 55D.00 $ 550.00 M20829 LA CANNERY $2.776 $1.804 $ 972.00 $ - M20830 LDS BURBANK BLVD $7,250 $4,712 $ 2,538.00 $ 650.00 $ 1,000.00 $ 1.000.00 M20833 BODY SHOP $24 622 $16,004 $ 8,618.00 $ - M20835 POPEYES DRIVE THUE $854 $555 $ 29900 $ 556.00 $ 854.00 $ 854.00 M20836 DEL TACO DRIVE THRU $1,290 $838 $ 452.00 $ - M20837 SS 1/85 VINEYARD $27,229 $17,699 $ 9.530.00 $ - M20838 CORON HILLS MARKET PLACE $1,426 $927 $ 499.00 $ - $ 1,426.00 $ 1,426.00 M20839 PFF BANK&TRUST BRANCHES $17,361 $11,298 $ 6,083.00 $ 7,44300 $ 11,450.00 $ 11,450.00 M20841 LDS ANZA $159,660 $103,779 $ 55,881.00 $ - M20642 ARROWHEAD COUNTRY CLUB $7,800 $5,070 $ 2,730.00 $ M20843 RANDY MILLER $10,000 $6,500 $ 3,500.00 $ - M20844 CRY ROP $1.000 $650 $ 350.00 $ 65.00 $ 100.00 $ 100.00 M20845 LOMA LINDA KOREAN CHURCH $5,000 $3,250 $ 1,750.00 $ 3,333.00 $ 5,000 00 $ 5.000.00 M20848 SB#123 NO VICTORVILLE $260 $162 $ 88.00 $ 192.00 $ 25000 $ 250.00 M20849 SB#52 CHINO $950 $617 $ 333.00 $ 619.00 $ 950.00 $ 950.00 M20850 SB#85 VINEYARD $375 $244 $ 131.00 $ 443.00 $ 375.00 $ 375.00 M20853 SB#98 ELSINOREILAKE SHO $900 $585 $ 315.00 $ 592.00 $ 900.00 $ 900.00 M20854 SB DE BERRY $250 $152 $ 88.00 $ 175 00 $ 250.09 $ 250.00 M20858 SB#36 FOURTIETH STREET $350 $227 $ 123.00 $ 331.00 $ 350.00 $ 350.00 M20859 SB#37 RED HILL $250 $162 $ 88.00 $ 263.00 $ 260.00 $ 250.00 M20860 SAN ANTONIO COMM HOSP $1,775 $1,154 $ 62100 $ - M20861 FLOTILLA PATCHBACK $1.200 $780 $ 420.00 $ 781.00 $ 1,200.00 $ 1.200.00 M20862 GENE SHERMAN $3,400 $2,210 $ 1,190.00 $ 651.00 $ 1,00000 $ 1,000.01) M20863 ENDERLE CENTER $1,250 $812 $ 43800 $ - M20864 FOOD 4 LESS#364 $750 $487 $ 263.00 $ 499.00 $ 750.00 $ 750.00 M20865 CENTER $12,990 $8,443 $ 4,547.00 $ - M20867 DROP OFF AREA $11,074 $7,198 $ 3.876.00 $ 7,206.00 $ 11,074.00 $ 11,074.00 M20868 DESERT SHADOWS $50,935 $33,108 $ 17,827.00 $ 33,333 00 $ 60,935.00 S 25.000.00 $ 25,935,00 M20869 MEADOWLARK MOBILE ESTATE $4,197 $2,728 $ 1.469.00 $ 2,800.00 $ 4,197.00 $ 4,197.00 M20872 LDS JERALDO $840 $546 $ 294.00 $ 549.00 $ 840.00 $ 840.00 M20874 FULLERTON INSTITUTE $4,240 $2,756 $ 1,484.00 $ 2,801.00 $ 4,240.00 $ 4,240 00 M20875 SB MAIN WAREHOUSE $4,280 $2.782 $ 1,498.00 $ - M20876 CLAREMONT TOYOTA $1.798 $1,169 $ 629.00 $ - M20877 SB#12 SO RIALTO $28,976 $18,334 $ 10,142.00 $ 650,00 $ 1,000.00 $ 1,00000 M20878 KAREN LEVINE $500 $325 $ 175,00 $ 32900 $ 500.00 $ 500.00 M20879 PUENTE BUSINESS PARK $2,72B $1.773 $ 955.00 $ - M20880 FOOD 4 LESS 390 $750 $487 $ 263.00 $ 49900 $ 750.00 $ 750.00 M20881 SB#37 RED HILL $1,950 $1,267 $ 683.00 $ 325 00 $ 500 00 $ 50000 M20882 HORIZON APARTMENTS $950 $617 $ 33300 $ 621,00 $ 95000 $ 950 00 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JOB NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS M20883 SB#101 BARSTOW $54,498 $35.424 $ 19,074.00 $ - M20884 SB#96 YUCCA VALLEY $26,065 $15.942 $ 9,123.00 $ - M20885 K-MART CENTER $2,892 $1,880 $ 1,012.00 $ - M20686 GARDEN GROVE CHURCH $25,449 $16.542 $ 8,907.00 $ 1,62f.00 $ 2,500.00 $ 2,500.00 M20837 INGLEWOOD CENTER $6,200 $4,030 $ 2,170.00 $ - M20888 CLAREMONT TOYOTA $62,500 $40,625 $ 21,875.00 $ - M20889 SAN GABRIEL SHELL $4,980 $3,237 $ 1,743.00 $ - M20890 PALMDALE SHELL $6,576 $4.274 $ 2,302.00 $ 325.00 $ 500.00 $ 500.00 M20891 CHATSWORTI i SHELL $3,760 $2,444 $ 1.316.00 $ - M20892 CLAREMONT FORD $9.328 $6,063 $ 3,265,00 $ 650.00 $ 1,000.00 $ 1,000 00 M20893 COX FAMILY $3,600 $2,340 $ 1,260.00 $ - M20894 PACIFIC DESIGN CENTER $338,000 $219,700 $ 118.300.00 $ - M20896 GOOSENECK ROAD $27,878 $1,569 $ 26,309.00 $ - M20910 MONTEBELLO CAR WASH $3.400 $2,210 $ 1,i90.00 $ - _ M20925 HUMAN SERVICE SYSTEM $67,918 $44,147 $ 23,771.00 $ 650.00 $ 1,000.00 $ 1,000.00 M20927 ADELA GONZALEZ $4,500 $2,925 $ 1,575.00 $ 65000 $ 1,000.00 $ 1,000,00 M20950 SB 956 SAN DIMAS $3,150 $2,047 $ 1,iO3.OD $ 4,961 DD $ 3,15000 $ 3,150.00 M20970 CAL WESTERN PAINT $4,000 $2,600 $ 1,400.00 $ 3,135.00 $ 4,000.00 $ 4,00000 M2F025 TAFT LIBRARY $3.000 $1,950 $ 1,05000 $ - M2F028 MILITARY BASE $4,500 $2,925 $ 1.575.00 $ 4,144.00 $ 4,500.00 $ 4,500.00 M2S010 APPLE VALLEY HIGH SCHOOL $3,500 $2,125 $ 1,375.00 $ 2,551.00 $ 3,500.00 $ 3,500,00 M2S015 MURRIETA MAIN YARD $52,343 $32,487 $ 19,856.00 $ 71,807.00 $ 52,343 00 $ 52,343.00 M2S017 4 LOCATIONS $338,187 $220,137 $ 118,050.00 $ 294,000.00 $ 338,187.00 $ 251,374 00 $ 86,813.00 M2S018 SAN BERNARDINO FOREST $12,990 $8,443 $ 4,547.00 $ - M2S019 OLINDA SCHOOLS $13,800 $8,970 $ 4,830.00 $ 8,999.00 $ 13,800.00 $ 13.800.00 M2S022 GSG PARKING LOT ADA $47,829 $31,089 $ 16,740.00 $ 35,177.00 $ 47,829.00 $ 47,829.00 M2S023 SIDEWALK IMPROVEMENTS $71,984 $46,790 $ 25,194.00 $ 62,368.00 $ 71,984.00 $ 71,984.00 M2S024 VARIOUS LOCATIONS $62,200 $40,430 $ 21,770.00 $ 74,911.00 $ 62,200.00 $ 62 200.00 M2S026 4 TENNIS COURTS $20.180 $13,117 $ 7,063.00 $ 13,969.00 $ 20,180.00 $ 20.180.00 M2S027 DISTRICT ROADS $50,975 $33,134 $ 17,841.00 $ 33,198.00 $ 50,97500 $ 42,46200 $ 8,513.00 M2S031 PROJECT MP03-007 $8,856 $5,756 $ 3.100.00 $ 5,901.00 $ 8,856.00 $ 8,856.00 M2S032 MCKINNON ELEMENTARY $58,820 $38.233 $ 20,587.00 $ - M7M336 INDIANA PLAZA $5,561 $3,608 $ 1,94300 $ 3,569.00 $ 5,491.00 $ 5,491.00 M7M440 MAGNOLIA CENTER PKG LOT $13,300 $8,645 $ 4,655.00 $ 8.516.00 $ 13,100.00 $ 13,100.00 M7M496 KMART#3235,SWEEPING PM $47,867 $31,114 $ 16,753.00 $ 30,627.00 $ 47,118.00 $ 47,117.00 $ 1.00 M81197 MCDONALDSISIZZLER PLAZA $24.492 $19,594 $ 4,896.00 $ 19,625.00 $ 24,492.00 $ 18,564.00 $ 5,928.00 MSM424 KMART#5805,HESPERA-LAND $38,800 $31,040 $ 7,760.00 $ 26,400.00 $ 31,750.00 $ 31,750.00 MSM524 STATER BROTHERS COMPLEX $444,600 $355,680 $ 88,920.00 $ 243,360.00 $ 304,200.00 $ 304,200.00 M90374 ECONO LUBE AND TUNE $3,250 $2,661 $ 589 00 $ - M90826 FIESTA MEXICANA STORE#1 $218,971 $176,176 $ 43,795.00 $ 128,310.00 $ 160,388.00 $ 217,659.00 $ 57,271.00 M90840 DESERT VILLA APARTMENTS $12,800 $10,665 $ 2,135.00 $ 10,670.00 $ 12,800.00 $ 12,500.00 M90947 COOLEY DR.WAREHOUSE PAR $29,9B8 $24,977 $ 5,011.00 $ 25,023 00 $ 29,9BB 00 $ 29,988.00 M91008 RIDGEWAY $23,142 $17.251 $ 5.891.00 $ 17,29200 $ 23,14200 $ 21.92500 $ 1,21400 M91026 RESIDENCE $1,675 $1,373 $ 302.00 $ - M91061 TREASURE ISLAND INVESTMTS $975 $607 $ 168.00 $ 809 00 $ 975 00 $ 97500 TOTAL ESTIMATED ESTIMATED I COSTS COMPUTED EARNINGS BILLINGS IN , JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JJOEI NAME AMOUNT1 COSTS1 PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS M91144 SB#101 BARSTOW $8,952 $7,410 $ 1,552.00 $ 7,411.00 $ 8.962.00 $ 8,962.00 , M9M004 CORONA HILLS MARKET PLACE $120,125 $93.460 $ 26,665.00 $ 89,842.00 $ 115,475.00 $ 115,475.00 M9M007 LAS BRIASAS $11,081 $7,203 $ 3,875.00 $ 7.042.00 $ 10.833.00 $ 10.932.00 $ 1.00 M9M008 FLEETWOOD WAREHOUSE $53.760 $43,008 $ 10.762.00 $ 32.256.00 $ 40,320.00 $ 40,320.00 M9M009 SB#COOLEY WAREHOUSE $146,300 $58,520 $ 87,780.00 $ 45,780 00 $ 114,450.00 $ 114,450.00 M9M021 SB#6 LONE HILL S.C.-GLEND $24,050 $15,632 $ 8,41800 $ 15,210.00 $ 23,400.00 $ 23,400.00 H9M022 SB#COOLEY WAREHOUSE $2,813 $1,829 $ 984.00 $ 1,781.00 $ 2,739.00 $ 2,73800 $ 1.00 P00058 MASTER-PRESSURE WASH $440 $220 $ 220.00 $ 231.00 $ 440.00 $ 440.00 P00114 AGUA CALIENTA BLDG $1,911 $1,372 $ 539.00 $ 1.426.00 $ 1,91100 $ 1,911.00 P00115 SEAL/STRIPE $1,891 $1,531 $ 360.00 $ 1.552.00 $ 1,891.00 $ 1,891.00 P00172 CASA DE SEVILLE-DRAIN#2 $2,100 $1,493 $ 60T00 $ 1,500.00 $ 2,100.00 $ 1,400.00 $ 700.00 P00174 SB#84 DESERT HOT SPRINGS $550 $441 $ 10900 $ 492.00 $ 550 00 $ 550.00 P00175 REPAIR CONCRETE WALKWAY $3,122 $2,498 $ 624.00 $ 2,502.00 $ 3,122.00 $ 3,122.00 POM007 SWEEPING-MONTHLY $26,400 $17,160 $ 9,240.00 $ 16,64000 $ 25,600.00 $ 25,600.00 POM008 STORE#1832-SWEEPING $20,800 $13.520 $ 7,280.00 $ 13,098.00 $ 20,150.00 $ 20,150.00 POM009 CASA GRANDE-SWEEP MAINT. $5.740 $3,731 $ 2,009.00 $ 3,601.00 $ 5.540.00 $ 5,540.00 POM010 MASTER ASSOC.-SWEEP NAINT $2.720 $1,768 $ 95200 $ 1,71300 $ 2,635.00 $ 2,635.00 POM011 LAS CASITAS-SWEEP MAINT. $2,720 $1,768 $ 952.00 $ 1,714.00 $ 2,635.00 $ 2,635.00 POM014 CATCH BASIN $23,250 $15,112 $ 8,138.00 $ 14625.00 $ 22.500.00 $ 22,500.00 POM016 SWEEPING-MAIN $11,377 $7.395 $ 3,98200 $ 7.157.00 $ 11,01000 $ 11,010.00 POM018 WINSTONE TIREfSWEEPING $5,950 $3,080 $ 2,870.00 $ 2809.00 $ 5,425.00 $ 5,425.00 POM019 SWEEP/PORTER/LANDSCAP $37.660 $24,472 $ 13,178.00 $ 23 888.00 $ 36,750.00 $ 36,750.00 POM021 MAINTENANCE-STRIPE QUART. $2,500 $720 $ 1,780.00 $ 733.00 $ 2.500.00 $ 2,500.00 POM025 CAR WASH-LANDSCAPE $6.600 $4.290 $ 2,310.00 $ 4,160.00 $ 6,400.00 $ 6,400.00 POM026 SUNNYSIDE ESTATES-SWEEP $14,300 $9,295 $ 5,005.00 $ 8,938.00 $ 13,750.00 $ 13,750.00 POM027 HOLLYWOODVIDED $6,500 $4,225 $ 2,276.00 $ 4,063.00 $ 6,250.00 $ 6,250.00 POM029 ALICANTE DE LAS PALMAS $4,914 $960 $ 3,954.00 $ 887.00 $ 4,536.00 $ 4,536.00 POM030 BUTTERFIELD SQUARE-SWEEP $16,383 $10,649 $ 5,734.00 $ 10,230.00 $ 15.738.00 $ 16,738.00 POM035 SANTIAGO CANYON COLLEGE $25,200 $13,286 $ 11,914.00 $ 6,643.00 $ 12,600.00 $ 12,600-00 P10011 ASPHALTPATCH $900 $423 $ 477.00 $ 748.00 $ 900.00 $ 900.00 P10015 TROPICS MOTEL $8,565 $7,133 $ 1,532.OD $ - P10024 VON'SSTORE#314 $104,758 $84,400 $ 20,358.00 $ - P10092 COMMERCIAL CENTER $10.432 $3,185 $ 7,247.00 $ - P10097 SPECTRUM CLUB $550 $365 $ 185.00 $ 495.00 $ 550.00 $ 550.00 P10139 H.C.SIGN WIPOST IN CONCR $265 $207 $ 5B.00 $ 1.700.00 $ 265.00 $ 265.00 P10140 DISTRIBUTION CENTER $2,880 $1,700 $ 1,180.00 $ - P10168 BURGER KING-5500# $850 $600 $ 250.00 $ 618.00 $ 850.00 $ 700.00 $ 150.00 P10182 BURGER KING-817# $22,630 $11.000 $ 11,630.00 $ 11,723.00 $ 22,630.00 $ 7,630.00 $ 15,00000 , P-IM001 PRESSUREWASH $31,680 $20,592 $ 11,088.00 $ '19,656.00 $ 30,240.00 $ 30,240.00 PIM007 EDD-SWEEPING $5,496 $3,796 $ 1,70000 $ 2.847.00 $ 4,122.00 $ 4,122.00 PlM008 SWEEPING-1 X WEEK $3,450 $1,898 $ 1,562.00 $ 1,902.00 $ 3,45000 $ 3,450.00 PlM009 EDD-SWEEP $3,496 $2,400 $ 1,096.00 $ 1,566.00 $ 2,280.00 $ 2,280,00 '1M010 EDD-SWEEPING $3,105 $2,236 $ 86900 $ 1.45900 $ 2,02500 $ 2,025.00 '1M011 B OF A SWEEP $6,912 $4,493 $ 2,419.00 $ 2.387.00 $ 3,67200 $ 3,672.00 'iM015 NORM JOHNSON $8,000 $5,200 $ 2,800 00 $ 2,763.00 $ 4,250 00 $ 4.250.00 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN , JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JOB NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS PIM020 THE OASIS COUNTRY CLUB $11,200 $7,280 $ 3,920.00 $ 3,900.00 $ 6,000.00 $ 6.000.00 ' Pi M021 RANCHO MIRAGE COUNTRY $4,536 $1 677 $ 2,859.00 $ 1,049.00 $ 2,835.00 $ 2.835.00 PIM022 LANDSCAPING $1,400 $910 $ 490.00 $ 455.00 $ 70000 $ 750.00 $ 5000 Pi M023 LANDSCAPING $1,400 $910 $ 490.00 $ 488.00 $ 750.00 $ 750.00 PIM024 RENTAL MENTONE HOUSE $700 $466 $ 245,GG $ 7,285.00 $ 70000 $ 700.G(3 PIM026 IRONWOOD @ PIGEON PASS $7.700 $5,005 $ 2,695.00 $ 5,080.00 $ 7,700.00 $ 7.700.00 PIM027 IRONWOOD @ PEGEON PASS $9,800 $6,370 $ 3,430,00 $ 6,405.00 $ 9,800.00 $ 9,800.00 PIM028 IRONWOOD @ PEGEON PASS $9,100 $5,915 $ 3,165.00 $ 11,705.00 $ 9,100.00 $ 9,100.00 PIM029 ALBERTSONS $3,500 $2,275 $ 1,225.00 $ 4.384.00 $ 3,500.00 $ 3,500.00 Pi M031 FOOD 4 LESS CENTER $2,800 $1.820- $ 980.00 $ 1,690.00 $ 2,600.00 $ 2,600.00 Pl M032 FOOD 4 LESS $10,654 $6,925 $ 3,729.00 $ 6,431.00 $ 9,893.00 $ 9,893.00 Pi M034 RICHIE LUCKY $750 $390 $ 360.00 $ 364.00 $ 700.00 $ 700.00 PIM036 JACK STONES $1,560 $1,014 $ 546.00 $ 549.00 $ 845.00 $ 845,00 PIM042 SB#89 REDLANDS/LUGONIA $8,776 $7,500 $ 1,276.00 $ 5,93600 $ 6.116.00 $ B,116.00 PIM043 SB#105 TWENTY NINE PALMS $11,400 $9,000 $ 2,400.00 $ 18,46700 $ 11,400 00 $ 11.400.00 PlM044 SB 4120 E.YUCCA VALLEY $10,079 $8,260 $ 1,829.00 $ 9,492.00 $ 10,079.00 $ 10,079.00 PIM045 SB#96 YUCCA VALLEY $40,200 $5,250 $ 1,950.00 $ 8,322.00 $ 10,200.00 $ 10,200.00 PIM046 SB#94 INDIO $10,200 $8.250 $ 1,950.00 $ 16,497.00 $ 10.200.00 $ 10,200.00 P1 M047 SB#84 DESERT HOT SPRINGS $10,200 $8,250 $ 1,950.00 $ 13,387.00 $ 10,200.00 $ 10.200.00 Pi M048 SB#125 OAK GLEN $8.250 $7,275 $ 975.00 $ 6,305.01) $ 7.150.00 $ 7,150.00 Pi M049 PIC N SAVE CENTER $6,032 $5.475 $ 557.00 $ 5.555.00 $ 6,032.00 $ 6,032.00 P1M050 SB#94/INDIO $800 $520 $ 280.00 $ 390.00 $ 600.00 $ 600.00 Pi M051 SB 994,INDIO $1,075 $915 $ 160.00 $ 9,22000 $ 1,075.00 $ 1,075.00 PIM063 MESQUITE CANYON ESTATES H $1,080 $559 $ 521.00 $ 589.00 $ 1,08000 $ 1,080.00 PIM064 FIRST COMMUNITY BANK $1,632 $1,118 $ 514.00 $ 1,195.00 $ 1,632.00 $ 1,632.00 P1M056 SB#86 BEAUMONT-SWEEP $7,800 $5,840 $ 1,960.90 $ 5,354.00 $ 7,150.00 $ 7,150.00 P1M057 SB#58 PALM-SWEEP MAINT. $9,000 $7,493 $ 1,607.00 $ 6,869.00 $ 8,250.00 $ 8,250.00 P1 M059 SB#94,INDIO $125 $81 $ 44.00 $ 89.00 $ 125.00 $ 125.00 Pi M060 COMMERICAL BUILDING $5,400 $4,300 $ 1.100.00 $ 3,942.00 $ 4,950.00 $ 4,950.00 Pi M062 COMPTON COMPLEX $23,040 $16,068 $ 6,972.00 $ 12,051.00 $ 17,280.00 $ 17,280.00 PIM063 COMPTON COMPLEX $8,640 $6,032 $ 2,608.00 $ 4,524.00 $ 6,480.00 $ 6.480,00 P20010 RALPH'S DISTR./R&R MARKIN $9.252 $6,680 $ 2,672.00 $ 6,82L00 $ 9,262.00 $ 9,252.00 P20023 LA ROCCA HOA $750 $386 $ 364.00 $ 396.00 $ 750,00 $ 750.00 P20024 CATHEDRAL CITY PLAZA $4,121 $3,013 $ 1.108.00 $ 892.00 $ 1,220.00 $ 1,22000 P20027 LANDSCAPE $1.350 $1,050 $ 300.00 $ 1,549.00 $ 1,35000 $ 900.00 $ 450.00 P20057 LAKE HAVASU CENTER-A/C $1,690 $1,275 $ 415.00 $ 432.00 $ 572.00 $ 57200 P20076 BK#896 $2,148 $1,500 $ 64800 $ 840.00 $ 1,203.00 $ 1,203.00 P20077 BK#4088 RETRO FIT INTER $2,148 $1,500 $ 64800 $ 853.00 $ 1,222.00 $ 1,222.00 P211078 BK#3567 INTERIOR RETRO $2,148 $1,425 $ 723.00 $ 853.00 $ 1,286.00 $ 1,286.00 P20081 HILLSBORO MART $13.661 $10,000 $ 3,661.00 $ - P20082 OAK STREET 1 $12,233 $9,000 $ 3,233.00 $ - P20083 ELKS LODGE#1643 $14,695 $11,094 $ 3,60100 $ 755.00 $ 1,000.00 $ 1,000.00 P20086 ELKS LODGE#1643 $5,612 $4,088 $ 1,524.00 $ 292.00 $ 40000 $ 40000 P20090 FRAME DESIGNS-CHANNEL LET $4,610 $3,000 $ 1,610.00 $ 1,30200 $ 2,000.00 $ 2,000.00 P20091 TREE TRIMIMG-CASH CITY $2,460 $1.850 $ 610 00 $ 75300 $ 1,00000 $ 1.000 00 TOTAL ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN - JOB CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF NUMBER JOB NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS P20092 ASPHALT PATCH BACK $1,650 $623 $ 1,027.00 $ 37B.00 $ 1,000.00 $ 1,000.00 P20093 APHALT OVERLAY $4,975 $2,199 $ 2.776.00 $ 1.327.00 $ 3,002.19 $ 3,000.00 P20094 A/C PAVEISUPER TUFF/STRIP $6,879 $4,008 $ 2,871.00 $ 2.814.00 $ 4,829.00 $ 4,829.00 P20097 FRENCH DRAIN-CASA DEL SEV $1,000 $650 $ 350.00 $ - P20098 RIO DEL SOL HOA-R/R CURB $1,540 $1,036 $ 504.00 $ - P20110 MESA GRANDE APTS-A/C $16.260 $10,569 $ 5,691.00 $ - P2M001 STAMPEDE BASEBALL-MAINT. $72,000 $49,625 $ 22,375.00 $ - P2M002 CATHEDRAL CANYON HOA 16# $1,080 $720 $ 360.00 $ 480.00 $ 720.00 $ 720.00 P2MG03 K-MART#9864 SWEEPING $6,000 $2,064 $ 3,936.00 $ 1.20400 $ 3,500.00 $ 3,500.00 P2M004 COMMERCIAL PROP./SWEEP $3.120 $1,752 $ 1,368.00 $ 1,022.00 $ 1,820.00 $ 1,620.00 P2M005 COMM PROP:FENCE RENTAL $3,000 $1,434 $ 1,566.00 $ 83700 $ 1,750.00 $ 1.750.00 P2M006 COMM. PROP.-LANDSCAPING $5,680 $3,102 $ 2.778.00 $ 1,810.00 $ 3,430-00 $ 3,430.00 P2M008 IMPERIAL BEACH-SWEEP $1,200 $720 $ 480.00 $ 420.00 $ 700.00 $ 700.00 P2M009 EXEC.GUILD J.WAYNE AIRP $6.280 $3,504 $ 1.776.00 $ 2,04400 $ 3,080.00 $ 3,080.00 P2M010 K-MART#7175 SWEEPING $8,340 $5,100 $ 3,240.00 $ 2,975.00 $ 4,865.00 $ 4,865.00 P2M011 K-MART#3235 LANDSCAPE $16,440 $8,580 $ 7,860.00 $ 5,005.00 $ 9,590.00 $ 9,590.00 P2M014 CATHEDRAL PLAZA-SWEEPING $4,800 $3,750 $ 1.050.00 $ 2,188.00 $ 2,800.00 $ 2,800.00 P2M015 K-MART#4272-LANDSCAPING $8,340 $5,820 $ 2,520.00 $ 3,395.00 $ 4,865.00 $ 4,865.00 P2M016 K-MART#4272-SWEEP $9,340 $6.450 $ 1,890.00 $ 3,763.00 $ 4.865.00 $ 4,865.00 P2M018 WESTWOOD COLLEGE-PRES.W $575 $374 $ 201.00 $ 75.00 $ 115.00 $ 115.00 P2M019 WESTWOOD COLLEGE-SWEEP $3,335 $2.150 $ 1,18500 $ 1,216.00 $ 1,885.00 $ 1,885.00 P2M020 K-MART#4037 SWEEPING $6,600 $5,475 $ 1,125.00 $ 3,194.00 $ 3,850.00 $ 3,850.00 P2M021 K-MART#3368 $7,260 $5,475 $ 1,785.00 $ 3,194.00 $ 4,235.00 $ 4,235.00 P2M023 K-MART#4829 F.V.SWEEP $3,300 $2,445 $ 1,155.00 $ 2.205.00 $ 3,300.00 $ 3,850.00 $ 550.00 P2M024 K-MART#3124 $6,600 $5,475 $ 1,125.00 $ 3,194.00 $ 3,850.00 $ 3,850.00 P2M025 K-MART#3363 $6,600 $5,475 $ 1.125.00 $ 3,194.00 $ 3,850.00 $ 3,850.00 P2MG28 SAN ANTONIO COMM HOSP $8,500 $5,950 $ 2,550.00 $ 3,720,00 $ 5,314.00 $ 5,313.00 $ 1.00 P2M029 ARCO AM PM $1,320 $75 $ 1.245.00 $ 31.00 $ 550.00 $ 550.00 P2MO0 TYER SHOWCASE-SWEEP 2XWK $1,800 $1,325 $ 475.00 $ 442.00 $ 60000 $ 600.00 P2M031 CENTRAL BUILD.SWEEP 2XWK $1,920 $1,548 $ 372.00 $ 516.00 $ 640.00 $ 640.00 P2M032 ALLSTATE-SWEEP 1 X MONTH $1,080 $816 $ 264.00 $ 272.00 $ 360.00 $ 360.00 P2M033 COSTCO-PRESSURE WASH 12M $2,640 $1,898 $ 742 GO $ 633.00 $ 880.00 $ 880.00 P2M034 COSTCO-EXTRA SWEEP 2 DAYS $8,280 $5,382 $ 2,898.00 $ 1,794.00 $ 2,760.00 $ 2,760.00 P2M035 SWEEPING-7 DAYS 29PALMS $9,480 $7,262 $ 2,218.00 $ 606.00 $ 790.00 $ 790.00 P2M036 HIGHLAND CHIROPRACTIC $1,200 $264 $ 936.00 $ 22.00 $ 100.00 $ 100.00 P2M037 AM PM ARCO $2,640 $363 $ 2,277.00 $ - P2M038 INDIAN RIDGE HOA-SWEEP $8,160 $5,772 $ 2,38B.00 $ 481.00 $ 66000 $ 680.00 P2M039 SWEEPING-7 DAYS A WEEK $8.976 $6,900 $ 2,076.00 $ - P8M066 STORAGE USA,PALM SPRINGS $3,108 $2,486 $ 622.00 $ 1,714.00 $ 2,14200 $ 2,142.00 PBM155 LUCKY SHOPPING CENTER $49,178 $39,342 $ 9,83600 $ 36,890.00 $ 46,112.00 $ 46,112.00 PBM156 LUCKY SHOPPING CENTER $9,450 $8,640 $ 810.00 $ 7,818.00 $ 3.550.00 $ 8,550.00 PBM158 TWO PKG LOTS-CITY OF PS $17.918 $14,334 $ 3,584.00 $ 10,404.00 $ 13.005.00 $ 13,005.00 P90015 VON'S STORE#314 $82,778 $62,943 $ 19.835.00 $ 2,259.00 $ 2,970.00 $ 2,970.00 P90041 CATHEDRAL GATEWAY PLAZA $416 $318 $ 98.00 $ 318.00 $ 416.00 $ 20800 $ 20800 P90045 THOUSAND TRAILS-SEAUSTRI $11,711 $8,942 $ 2,769,00 $ - TOTALI ESTIMATED ESTIMATED COSTS COMPUTED EARNINGS BILLINGS IN LNL B CONTRACT TOTAL GROSS INCURRED REVENUES BILLED IN EXCESS EXCESS OF ' MBER JOB NAME AMOUNT COSTS PROFIT TO DATE EARNED TO DATE OF BILLINGS EARNINGS P90059 RANCHO LA QUINTA MAS ASSO $51,782 $39,764 $ 12,018.00 $ 2,304.00 $ 3,000.00 $ 3,000.00 P9M007 RANCHO MIRAGE RACQUET CL $7,000 $4,550 $ 2,450.00 $ 4,437.00 $ 6,826.15 $ 6,825.00 P9M010 PALM DESERT BUSINESS CTR. $2,456 $1,596 $ 860.00 $ 1,656.00 $ 2,393.00 $ 2,393.00 P9M011 COUNTRY CLUB BUS.PARK $2,393 $1,555 $ 838.00 $ 2,400.00 $ 2,393.00 $ 2.393.00 POM012 SUNDANCE II H.O.A. $7,937 $6,349 $ 1,588.00 $ 5,593.00 $ 6,991 00 $ 6,991.00 TOTALS $7,277,162 $4,953,241 41,2,323,921 $3,565,588 $4,732,194 $3,332,253 $ 1,485,439.00 $ 85,505.00 CITY PROJECT NO . 01 - 15 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: oQQpF ESSIG �F AGE F. Fqg 9!� Georg�Farago, P.E. C1O Associate Civil Engineer -F Civil Engineer C 62254 Q ril No.C-62254 * Exp:9-30.20V� (9 C1 - ArFOF CA��FO� Approved by: 60' David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 SIGNATURE PAGE 10/16/02 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 Bid Bond (Bid Security Form) Bidder' s General Information Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDIX City of Palm Springs Standard Drawings Caltrans Standard Plans Dust Control Sign Drawing SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 10/16/02 SPECIAL PROVISIONS GENERAL CONTENTS -PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL & ANDEE ROAD ARHM OVERLAY CITY PROJECT NO. 01-15 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bid Bond (Bid Security Form) Bidder' s General Information Agreement and Bonds 'Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 PART 1 CONTENTS 10/16/02 PAGE i CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL, INDIAN TRAIL & IANDEE DRIVE ARHM OVERLAY City Project !No. 01-15 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL, INDIAN TRAIL & ANDEE DRIVE ARHM OVERLAY will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 2 : 00 P.M. on December 10, 2002, at which time they will be opened and read aloud.' N-2 DESCRIPTION OF THE WORK: The work comprises the removal, cold planing and grinding of existing asphalt concrete pavement removal of existing Portland cement concrete improvements; construction of asphalt concrete pavement and asphalt rubber hot mix (ARHM) overlay; Portland cement concrete curb and gutter, spandrel, cross-gutter, and access ramps; traffic striping and markings; and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total 'sum of Bid Schedule A, B and C inclusive and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total sum of Bid Schedules A, B and C inclusive, payable to the City of Palm Springs . N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR' S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A 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 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY! CITY PROJECT NO. 01-15 NOTICE INVITING BIDS 11/14/02 PAGE 1 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 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-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the 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. Date Z9 e L By David J. Barakian, PE Director of Public Works/City Engineer City of Palm Springs SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 NOTICE INVITING BIDS 10/16/02 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, bite also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate.the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is,limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at,Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid, for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 INSTRUCTONS TO BIDDERS 10/16/02 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 form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. a. 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. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 INSTRUCTONS TO BIDDERS 10/16/02 PAGE 2 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. (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, ifj 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 anon-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. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAi' CITY PROJECT NO. 01-15 INSTRUCTONS TO BIDDERS 10/16/02 PAGE 3 (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 INSTRUCTONS TO BIDDERS 10/16/02 PAGE 4 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL, INDIAN TRAIL & ANDEE ROAD ARHM OVERLAY CITY PROJECT NO. 01-15 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 SUNNY DUNES STREET IMPROVEMENTS PART II --SPECIAL PROVISIONS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY GENERAL CONTENTS- PAGE 1 CITY PROJECT NO. 01-15 10/17/02 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS SUNNY DUNES STREET IMPROVEMENTS and CAMINO REAL, INDIAN TRAIL & ANDEE ROAD ARHM OVERLAY CITY PROJECT NO. 01-15 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") , 2000 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 the 1992 Caltrans Standard 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") , 2000 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. SUNNY DUNES STREET IMPROVEMENTS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 1 - PAGE 1 CITY PROJECT NO. 01-15 10/17/02 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Bar;akian, P.E. , Director of Public Works/City Engineer, City of Palm Springs, Public Works and 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 Engineering Field Supervisor, City of Palm Springs, 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 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 of any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner - The Owner shall be the Agency,! as defined above. Working Day - A Working Day is defined! as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day (January 1) Martin Luther King Jr. Day (January 21) Lincoln's Birthday (February 12) President's Day (Third Monday, in February) Memorial Day (Last Monday in May) Independence Day (July 4) Labor Day (First Monday in September) Veteran's Day (November 11) Thanksgiving Day (Last Thursday in November) Day after Thanksgiving Day (Last Friday in November) Christmas Eve Day (December 2:4) Christmas Day (December 25) SUNNY DUNES STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 1 -PAGE 2 CITY PROJECT NO. 01-15 10/17/02 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 — SUNNY DUNES STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 1 - PAGE 3 CITY PROJECT NO. 01-15 10/17/02 SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed 'to the provisions of Section 6-1, "Construction Schedule and Commencement. of Work, " Section 6-7, "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications . After the Contract has been approved by the City, and a written Notice to Proceed has been issued! to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. The Work, if awarded to include Bid Schedules A, B and C shall be diligently prosecuted to completion before the expiration of: 30 WORKING DAYS From the date specified in the Notice to Proceed issued by the City. In the event one or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for all of the Bid Schedules awarded. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 15 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: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 5 WORKING DPaYS 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 SUNNY DUNES STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 2-PAGE 1 CITY PROJECT NO. 01-15 10/17/02 each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2 .1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications : "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk' s certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds . If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995 . 510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5 . 2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrep- ancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as 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 S. 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 : SUNNY DUNES STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS -SECTION 2- PAGE 2 CITY PROJECT NO. 01-15 10/17/02 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 governlover Standard Drawings 5. Contract Drawings govern� over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Speci';fications shall be revised to read as follows : 112-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information, - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 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 such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type :,of monument in question at the Contractor' s expense. Any existing monument shall not be disturbed. The Contractor' s surveyor shall maintain a survey location check on all existing SUNNY DUNES STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 2- PAGE 3 CITY PROJECT NO. 01-15 10/17/02 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' s surveyor shall provide and record appropriate Corner Record documents with the Riverside County Surveyor, as required by law. 2-7 SURVEYING - The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications . No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. 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 SUNNY DUNES STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 2-PAGE 4 CITY PROJECT NO. 01-15 10/17/02 Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer' s inspection. When the Work is substantially clompleted, 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, l hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. 2 .12 SUBMITTALS The following provisions shall be added at the end of Paragraph 2- 5. 3. 3 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 - SUNNY DUNES STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS -SECTION 2- PAGE 5 CITY PROJECT NO. 01-15 10/17/02 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 2000 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 percent, the work SUNNY DUNES STREET IMPROVEMENTS CHANGES IN WORK CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 3-PAGE 1 CITY PROJECT NO. 0 1-15 10/17/02 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 fore, 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, paymentlfor the quantity of the work of such item performed will be made 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; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. SUNNY DUNES STREET IMPROVEMENTS CHANGES IN WORK CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 3 -PAGE 2 CITY PROJECT NO. 01-15 10/17/02 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 - SUNNY DUNES STREET IMPROVEMENTS CHANGES IN WORK CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY CITY PROJECT NO. 01-15 SPECIAL PROVISIONS-SECTION 3 -PAGE 3 10/17/02 SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1. 1 Substitutions . - Subparagraph 2 of Section 4-1 . 6 of the Standard Specifications shall be amended to read as follows : Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal. " A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, ' the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "or Equals. " - Should the Contractor request approval for "or equal", products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4 .2 MATERIALS 4-2 . 1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 Placing Orders. - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and SUNNY DUNES STREET IMPROVEMENTS CONTROL OF MATERIALS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS -SECTION 4-PAGE 1 CITY PROJECT NO. 01-15 10/17/02 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 - SUNNY DUNES STREET IMPROVEMENTS CONTROL OF MATERIALS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 4- PAGE 2 CITY PROJECT NO. 01-15 10/17/02 SECTION 5'-- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In accordance with the provisions of Section 4215 of the , California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the 'responsibility, between the parties to the contract,', for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified' by the public agency in the plans and specifications made a part of the invitation for bids . The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall 'not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be ' deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, ' such as buildings, meter and junction boxes, on or adjacent to the site of ' the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications . I£ 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. SUNNY DUNES STREET IMPROVEMENTS UTILITIES CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 5 -PAGE 1 CITY PROJECT NO. 01-15 10/17/02 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 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the City. The Contractor shall verify these locations . During construction of the Work, some of the existing utilities may fall within the prism of trenches . If the existing utility does fall within the Contractor' s trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc. , shall be per the utility owner' s requirements . The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities . 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. SUNNY DUNES STREET IMPROVEMENTS UTILITIES CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 5 -PAGE 2 CITY PROJECT NO. 01-15 10/17/02 All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, an& other subsurface structures in the Work area shall be relocated or adjusted to grade by the respective utility company. The Contractor shall be responsible for coordinating its work with any required relocations or removals of utilities within the project area ' by utility companies and/or their contractors. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work. - END OF ,SECTION - SUNNY DUNES STREET IMPROVEMENTS UTILITIES CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 5 -PAGE 3 CITY PROJECT NO. 01-15 10/17/02 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 Tom Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Kim Hoover (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 674-5452 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SUNNY DUNES STREET IMPROVEMENTS PROSECUTION, PROGRESS, CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 01-15 SPECIAL PROVISIONS- SECTION 6-PAGE 1 10/17/02 SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 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 - SUNNY DUNES STREET IMPROVEMENTS PROSECUTION, PROGRESS, CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 01-15 SPECIAL PROVISIONS-SECTION 6 -PAGE 2 10/17/02 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows : "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees . If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing. " 7-2 Hours of Labor. - Eight hours labor constitutes a legal day' s work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25. 00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate Iof 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. SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS -SECTION 7- PAGE 1 CITY PROJECT NO. 01-15 10/17/02 The Contractor shall, as a penalty to the City, forfeit $50. 00 for each calendar day, or portion thereof, Eor 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 icost 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 withheldlby the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVER SPECIAL PROVISIONS-SECTION 7 -PAGE 2 CITY PROJECT NO. 01-16 10/17/02 escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-8 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 4 feet below the surface, shall be subject to the following conditions: the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions . (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-9 Resolution of Construction Claims. - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days 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 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.01-15 SPECIAL PROVISIONS-SECTION 7-PAGE 3 10/17/02 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 Cit,y' s response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days', after the deadline of the City to respond, or within 15 days of the, City' s response, whichever occurs first . The City shall schedule the', meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursuelthe remedies authorized by law. 7-10 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract ,for completion of the Work as set forth in the Contract Documents . 7-11 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations . - The Contractor and each subcontractor shall keep an accurate payroll record, ' showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1 . A certified copy of an employee ' s payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request . SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS -SECTION 7-PAGE 4 CITY PROJECT NO, 01-16 10/17/02 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 . 8, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-8, 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 7-8, 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 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-15 SPECIAL PROVISIONS-SECTION 7- PAGE 5 10/17/02 Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each 'worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of ',hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee' s address and social security number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance, " signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors . If, by the 15th of the month, ,the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month ', from the next monthly estimate, except that such retention shall not exceed $10, 000, nor be less than $1, 000 . Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on , the monthly estimate for partial payments next following the date ,that all the satisfactory payrolls for which the retention was made are submitted. 7-12 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best ' s Financial Rating of VII or better, and (3) with companies with a Best' s deneral 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 SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 7 -PAGE 6 CITY PROJECT NO. 01-15 10/17/02 less that the following amounts, or greater where required by laws and regulations: 1 . Workers ' Compensation: a) State: Statutory Amount Or minimum $1, 000, 000 b) Employer' s Liability: $1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $1, 000, 000 Each Occurrence $1, 000, 000 Annual Aggregate Property Damage: $1, 000, 000 Each Occurrence $1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $1, 000, 000 Annual Aggregate 3. Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $1, 000, 000 Each Person $1, 000, 000 Each Occurrence b) Property Damage $1, 000, 000 Each Occurrence Or a combined single limit of $1, 000, 000 7-13 PERMITS 7-13.1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City' s Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-16 SPECIAL PROVISIONS -SECTION 7- PAGE 7 10/17/02 of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA'. 92262, (760) 323-8289 . 7-13 .2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived.' The Construction Permit can be obtained from the office of the Engineer. . 7-14 SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris . The Contractor shall also abate dust nuisance; as required in these Special Provisions . The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Materials and equipment shall be 'removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor' s bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 7-15 DUST CONTROL 7-15.1 General A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a, water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefor. B. The Contractor shall be responsible for maintaining the project site and providing adequate dusticontrol 24 hours a day, everyday, through the duration of the project, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer',! SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 7- PAGE 8 CITY PROJECT NO. 01-15 10/17/02 7-15.2 Dust Control Sign Requirements 7-15.2 . 1 Sign Materials and Fabrication. - The Contractor 'shall construct, erect, and maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the Contractor shall maintain the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. The sign board shall be minimum 3-foot wide by 2-foot high, constructed as follows: a. 3/4" High Density Overlay exterior type plywood, Grade designation APA HDO EXT. b. Two 4" x 4" posts securely buried not less than 36 inches into the ground. No concrete shall be used to secure the sign posts . The posts shall be treated with linseed replacement oil tinted with redwood stain. C. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post . d. The front surface of the sign should be painted in the contrasting colors of a white background with black lettering. All paint shall be weather-proof non fading enamel. e. Commercially prepared metal signs mounted on steel posts are also acceptable. f. For large projects, signs shall be installed at 300 feet spacing along adjacent streets, or as required by the City Engineer. No handwritten signs will be accepted. Stenciled or professionally prepared signs are required. 7-15 .2 .2 Sign Installation. - The sign shall be installed such that members of the public can easily view, access, and read the ' sing at all times and shall be located along the street frontage such that it will not be subject to damage from equipment or vehicles working at the project site. Additionally: a. The lower edge of the sign shall, be mounted a minimum of 2 feet above existing ground level for easy viewing. b. On the construction site the sign should be positioned so as to be visible from all major streets . c. For construction projects that are developed in phases, the sign should be relocated to the areas which are under active construction. 7-15.2 .3 Sign Lettering. - The sign shall contain the following words in the top portion of the sign in minimum 3/4" high, bold face type letters: SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 7-PAGE 9 CITY PROJECT NO. 01-15 10/17/02 Project Name: SUNNY DUNES STREET 'IMPROVEMENTS AND CAMINO REAL,INDIAN TRAIL & ANDEE DRIVE ARHM OVERLAY Contractor: _ City Project No: 01-15 The sign shall contain the following words in the largest, minimum bold face type letters : TO REPORT BLOWING DUST FROM THIS PROJECT CALL: (XXX) =-XX-CX The Contractor shall provide its Superintendent' s or Project Manager' s 24 hour telephone number;. Underneath in smaller, min. 3/8" bold face type letters shall be the following words : I£ you do not get a response within one hour, please call: 8:00 a.m.-5:00 p.m. Monday through Friday: (760) 323-8253 Palm Springs Public Works and Engineering Department After hours or weekends: (760) 323-8115 Palm Springs Police Department Or call A.Q.M.D. : 1-800-288-7664 The sign planning, appearance, ' and layout shall substantially conform to the sketch included in the Appendix and shall be subject to the approval of the Engineer. , The sign shall be placed into its final position as a part of the', work of Initial Mobilization, as specified in Section 9 . 7-15.2 . 4 Sign Maintenance. - Dust Control Sign shall be maintained in good condition by the Contractor at all times during the entire contract. In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. 7-15.2 .5 Payment. - Full compensation for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. - END OF SECTION - SUNNY DUNES STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 7-PAGE 10 CITY PROJECT NO. 01-15 10/17/02 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) END OF SECTION - SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 01-15 SPECIAL PROVISIONS-SECTION 8 -PAGE 1 10/17/02 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1 .1 Payment. - Payment for the various items of the Bid Sheet (s) , as further specified herein, shall include all compensation to be received by the Contractor for 'furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U, S . Department of Labor (OSHA) . No separate payment will be made for any item that is not specifically set forth in the Bid Sheet (s) , and all costs therefor shall be included in the prices named in the Bid Sheet (s) for the various appurtenant items of work. ' 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages . Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor' s conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 . Prior ',to final payment by the City,. the Contractor shall submit a final waiver of lien for the Contractor' s work, together with releases of lien from any subcontractor or material-men. SUNNY DUNES STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 9-PAGE 1 CITY PROJECT NO. 01-15 10/17/02 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 10 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 Standard Specifications and these Special Provisions . SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 01-15 SPECIAL PROVISIONS-SECTION 9 -PAGE 2 10/17/02 3 . Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8 . 4, "Sanitation" of the Standard Specifications . 4 . Arranging for, and erection of, the Contractor' s construction and storage yard per Section 7-10, "Public Convenience and Safety" of the Standard Specifications. 5 . Obtaining and paying ' for all required bonds, insurance, and permits. 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs,. 7 . Having the Contractor' s superintendent at the job site full-time. 8 . Submitting of the required Construction Schedule, as specified in the Section 6-1,, "Construction Schedule and Commencement of Work" of the Standard Specifications . 9 . Installing and maintaining the Dust Control Sign. 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 - SUNNY DUNES STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS-SECTION 9 - PAGE 3 CITY PROJECT NO. 01-15 10/17/02 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 . Sunny Dunes Road from Sunrise Way to Calle Amigos 2 . Camino Real from East Palm Canyon Drive to Sonora Road 3 . Indian Trail from Camino Real to Sonora Road 4 . Andee Drive from East Palm Canyon frontage road to Sonora Road 10-1 .2 Record Drawings The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1 . Measured depths of elements in relation to fixed datum points . 2 . Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements . 3. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications . 4 . Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans . 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 SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 1 discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2 .3 Construction Signing, Lighting and Barricading. - Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL. OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES dated 1996, or subsequent editions in force ', at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2.4 Temporary No Parking Signs. •- Temporary No Parking signs shall be posted at least 24 hours,, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant . The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said , notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties . 10-2 . 6 Traffic Disruptions. For all road closures, road detours and lane closures, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. , All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days', prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs shall remain in place during , nighttime hours . Any of the Contractor' s work that may disrupt normal traffic signal operation shall be coordinated with the Engineer a minimum of 2 working days prior to the commencement of the Work. 10-2 . 7 Travel Lanes. - Duringli working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times . At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of traffic lanes . SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO. 01-15 SECTION 10-PAGE 2 10/17/02 Elaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefor. 10-2.8 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar- powered arrow boards . All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements . Local access shall be maintained to all properties fronting the Work at all times. 10-2 . 9 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 . 10 Pedestrians . - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for Traffic Control in the Bid Schedule, and no additional compensation will be allowed therefor. 10-2.11 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 .12 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions . Payment for traffic control shall be made at the lump sum price Bid for "Traffic Control" , and no additional compensation will be allowed therefor. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY _ CONSTRUCTON DETAILS CITY PROJECT NO. 01-16 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 3 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 properly disposed of. 10-3.1.1 Existing Facilities. - ' It shall be the Contractor' s responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, ', gutters, driveway approaches, trees, hedges, oleanders, fences', walls, signs, water valves, irrigation system components and associated electrical service, etc. , that is not slated for removal as part of the Contract, repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents . The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. 10-3.1 .2 Rights of Way. - The Contractor shall not do any work that would affect any oil, gas, , sewer, or water pipeline; any telephone, television, telegraph, or electric transmission line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice ' of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same. Maintaining in Service: All oil and gasoline pipelines, power, and telephone, television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and ( communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damaged due to its operations, and the provisions of this Section shalll not be abated even in the event SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO. 01-15 SECTION 10-PAGE 4 10/17/02 such damage occurs after backfilling or is not discovered until after completion of the backfilling. 10-3.1 .3 Payment. - Payment for clearing and grubbing shall be considered as included in the various bid items of work, which shall constitute full compensation for removal and disposal of all resulting materials as shown on the plans and required in the Standard Specifications and these special provisions and as directed by the Engineer, and no additional compensation will be allowed therefore. 10-3.2 REMOVALS 10-3.2 .1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner ' s approval. 10-3 .2 .2 Asphalt Concrete. - The Contractor shall remove the existing asphalt concrete pavement located within the limits shown on the drawings . Asphalt concrete shall be neatly sawed in straight lines either parallel to the edge of pavement or at right angles to the alignment of the road as shown on the drawings or as directed by the City Engineer. 10-3 .2 .3 Asphalt Concrete Berm. The Contractor shall remove the existing asphalt concrete berm on the north side of Sunny Dunes Road, within the limits shown on the drawings . 10-3 .2 . 4 P.C.C. Improvements - Portland cement concrete improvements (access ramp, sidewalk, spandrel, curb return, cross- gutter) shall be removed to neatly sawed edges, with saw cuts made to a minimum depth of one-half the thickness of said concrete. Concrete improvements to be removed shall be neatly sawed in straight lines, either parallel to the curb or at right angles to the alignment of the existing concrete flatwork as shown on the drawings or as directed by the City Engineer. 10-3.2 .5 Payment. - Payment for removal of asphalt concrete pavement will be made at the unit price bid per square foot for Remove Existing A. C. Pavement" , which price shall constitute full compensation for sawcutting, removal and disposal thereof, and no additional compensation will be allowed therefor. Payment for removal of asphalt concrete berm will be made at the unit price bid per linear foot for "Remove Existing A.C. Berm" , which price shall constitute full compensation for removal and SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 5 disposal thereof, and no additional compensation will be allowed therefor. Payment for removal of Portland! cement concrete access ramp, sidewalk, spandrel, curb return and cross-gutter will be made at the unit price bid per square foot for "Remove Existing P.C.C. Improvements" , which price shall, include full compensation for sawcutting, removal, and disposal thereof, and no additional compensation will be allowed therefor. 10-3.3 COLD PLANING 10-3.3 .1 General. Existing asphalt concrete pavement shall be cold planed in a triangular cross-section to a maximum depth of l,' or 1'-m" , 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. 10-3 .3.2 Disposal Site. - The Contractor shall specify the route and the disposal site of the material which is required to be removed and hauled away. The ,Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not 'stockpile any removals on any adjacent lots, with or without the property owner' s approval . 10-3.3 .3 Payment - Payment for cold planing header cuts shall be made at the unit price bid pe'r square foot for "Cold Plane Existing AC Pavement" , which price shall constitute full compensation for grinding to various depths adjacent to existing curb and gutter and where shown; on the plans, and removal and disposal of all resulting materials, and no additional compensation shall be allowed therefore. 10-3.3 .4 Removal of Existing Pavement; Markers. Contractor shall remove all existing raised pavement markers within the limits of the project in accordance with (Section 312-3 "Removals" of the Standard specifications . Payment ', for removal of pavement markers shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO. 01-15 SECTION 10-PAGE 6 10/17/02 10-3 .4 UNCLASSIFIED EXCAVATION 10-3.4 .1 Unclassified Excavation. - Unclassified excavation shall consist of all excavation of any existing topsoil, gravel and base, including roadways or existing planter areas. 10-3 .4 .2 Selected Materials. - The text of Subsection 300-2 . 7 of the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, backfill, topsoil, or other specified materials shall be used as shown 'on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted. " 10-3. 4.3 Payment. - Payment for unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. 10-3.5 UNCLASSIFIED FILL. 10-3.5 .1 The Work shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications . Fill Material: Existing soil shall be used whenever possible, but shall be free of debris, rubbish, organic matter, oil, weed rocks greater than 2" diameter and other foreign matter. 10-3 .5 .2 Payment. - Payment for unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. 10-4 SUBGRADE PREPARATION 10-4 .1 Subgrade Preparation. - Preparation of subgrade shall conform to Section 301-1.2 of the Standard Specifications. The subgrade shall have a minimum thickness of 24 inches. Pavement is to be placed on a crushed miscellaneous base. The top 6 inches of subgrade material shall be compacted to a relative compaction of 95 percent in accordance with the City of Palm Springs Street Pavement Requirements Standard Drawing Number 110 . However, subgrade material where curb, gutter, and sidewalk is to be laid shall be compacted to a relative compaction of 90 percent in agreement with Section 301-1. 3 of the "Greenbook" Standard Specifications . 10-4 .1 .1 Grade Tolerance. - Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0 . 05 feet above or below the grade established on the project plans. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 7 10-4 .1 .2 Watering. - Water for use in subbase preparation shall be , potable, therefore, there is', no need to obtain reclaimed wastewater permits . Water shall', be applied to compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the ', water application process . 10-4.2 Payment. - Payment for preparation of subgrade shall be considered as included in the in 'the -various bid items of work, and no additional compensation will be made therefore. 10-5 CRUSHED MISCELLANEOUS BASE 10-5 .1 Material. - All base material shall be crushed miscellaneous base that has been imported to the site and shall conform to Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications. 10-5.2 Preparation. - Preparation of the base material shall conform to Section 301-2 "Untreated Base" of the Standard Specifications . 10-5 .3 Payment. - Payment for crushed miscellaneous base shall be made at the unit price bid per square foot for "Construct 6" Crushed Miscellaneous Base" . Payment shall include full compensation for construction of crushed miscellaneous base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions, and no additional compensation shall be allowed therefore. 10-6 ASPHALT CONCRETE 10-6.1 Asphalt Concrete Pavement. - Asphalt concrete pavement shall be laid in one lift of ' 3" thickness, as required and indicated on the project drawings . The material shall conform to Type C2-AR4000 asphalt concrete pavement. This mixture of asphalt concrete shall be placed on a prepared base. All asphalt concrete pavement construction shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications . 10-6.2 Aggregate Sampling and Mix Design. - Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. 10-6. 3 Tack Coat. Tack coast shall be a SS-lh emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to overlaying with nlew asphalt concrete . The cost of SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO.01-15 SECTION 10-PAGE 8 10/17/02 tack coat shall be included in the price for asphalt concrete overlay, and no additional payment will be made therefor. 10-6.4 Asphalt Concrete Placement. - Application of asphalt concrete shall conform to Section 302-5. 5 "Distribution and Spreading" and Section 302-5. 6 "Rolling" of the Standard Specifications . 10-6. 7 Measurement and Payment. Payment for Asphalt Concrete pavement will be made at the unit price bid per square foot for "Construct 3" A.C. Pavement" as shown on the plans, as specified in the Standard Specifications and in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefor shall be included in the unit price bid for asphalt concrete. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance with the standard specifications and these special provisions, and no additional compensation shall be allowed therefore. 10-7 ASPHALT-RUBBER HOT MIX OVERLAY 10-7 .1 General - Asphalt-Rubber Hot Mix Overlay shall conform to Section 203-11, "Asphalt-Rubber Hot Mix (ARHM) Wet Process" of the Standard Specifications, and shall be class ARHM-GG-C. 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. 10-7 .2 Tack Coat. Tack coat shall be a SS-lh emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for ARHM overlay, and no additional payment will be made therefore. 10-7 .3 Distribution and Spreading - All ARHM overlay work shall comply with Section 302-9 "Asphalt Rubber Hot Mix (ARHM)" of the Standard Specifications . Contractor shall provide surface temperature readings with an infrared heat measurement device when SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 9 requested by the -Engineer. 10-7.4 Adjustment of Sewer Manholes to Grade. Sewer manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard, Drawing 402 . 10-7.5 Adjustment Water Valves to Grade. Water valve covers shall be adjusted to grade by the contractor where shown on the plans in accordance with Desert Water Agency and the City of Palm Springs Standards. 10-7.6 Payment - Payment for ARHM overlay shall be made at the unit price bid per square foot for "Construct 1',Y" ARHM Overlay" and shall include full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals needed to complete the work in place, and no, additional payment will be made therefor. Payment for adjustment of sewer manholes to grade shall be made at the unit price bid per each for "Adjust Sewer Manhole to Grade" 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 City of Palm Springs Standard Drawing number 402, and as directed by the Engineer. Payment for adjustment of water 'Valve covers to grade shall be made at the unit price bid each for Adjust Water Valve Cover to Grade" , and no additional compensation will be allowed therefor. 10-8 PORTLAND CEMENT CONCRETE 10-8 .1 Material. Portland Cement Concrete of the class and type shown on City Standard Drawings ;shall be used to construct new curb and gutter, cross gutter, spandrel, access ramp, sidewalk, driveway approach and driveway. Where class and type are not specified in the standard drawings or plans, Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction. 10-8 .2 Curb and Gutter. Construction of new curb and gutter shall conform to the City of Palm Springs Standard Drawing Number 200 . Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. Type A2-6 Curb and Gutter shall be constructed to the dimensions as ,specified in the City' s Standard Drawing No. 200 but, application 'details and other specifications not explicitly shown or stated i, n the City' s Standard Drawing, shall conform to Section 303-5 of 'Ithe Standard Specifications . 10-8 .3 Cross-gutter, Spandrel and Curb Return. Construction of cross-gutter, spandrel and curb return shall conform to the City SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO. 01-15 SECTION 10-PAGE 10 10/17/02 of Palm Springs Standard Drawing No. 206. Type Dl cross-gutter shall be constructed to the dimensions as specified in the City' s Standard Drawing No. 200. Reference shall be made to the Construction Plans for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications. 10-8. 4 Sidewalk. Sidewalk material shall be Portland cement concrete of type 560-C-3250 (6 Sack) . Construction of sidewalk shall conform to the City of Palm Springs Standard Drawing No. 210 . The Construction Plans indicate where sidewalk is to be installed. Application details and other specifications not explicitly stated or shown in either Standard Drawing or the Construction Plans shall conform to Section 303-5 of the Standard Specifications. 10-8.5 Access Ramp. Construction of Type B access ramp shall conform to the City of Palm Springs Standard Drawings Number 212A and 213 . These ramp details conform to ADA standards . The details specified in the Standard Drawing shall govern, but the Construction Plans shall be referred to for application location details . ADA standards shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springs Standard Drawing. Also, construction material and application details shall conform to Section 303-5 of the Standard Specifications . 10-8 . 6 Vandalism. The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-8 . 7 Measurement and Payment. Payment for construction of Portland Cement Concrete items will be based on the unit prices bid for the items shown in the bid schedule, for P.C.C. items constructed complete in place as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. Curb and Gutter. Payment for construction of Type A2-6 Curb and Gutter will be made at the unit bid price per linear foot for "Construct Type A2-6 Curb & Gutter" complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. Cross-Gutter. Payment for P. C.C. Cross-Gutter will be made at the unit bid price per square foot for "Construct Type Dl Cross- Gutter" and no additional compensation will be allowed therefor. SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 11 Spandrel and Curb Return. Payment for P.C. C. Spandrel and Curb Return will be made at the unit !price Bid per square foot for "Construct Spandrel and Curb Return" and no additional compensation will be allowed therefor. Sidewalk. Payment for construction of sidewalk will be made at the unit bid price per square ;foot for "Construct 4" P.C.C. Sidewalk" complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. Access Ramp. Payment for construction of Type B access ramp will be made at the unit bid price per ramp for "Construct Type B Access Ramp" complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. Payment for P.C.C. items shall linclude full compensation for construction of P.C.C. items including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions . No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, removal and replacement of vandalized concrete, and all other appurtenant items for which separate payment is not specifically provided in the bid. 10-9 - SIGNAGE 10-9.1 General. The exact location of all signs shall be determined in the field by the ;Engineer. All conflicting signs shall be either removed and salvaged to the City or removed and relocated by the Contractor. Relocatable signs shall be installed as specified on the Drawings or as determined in the field by the Engineer. All existing signs, roadside markers, delineators, etc. shall be protected in place or replaced in kind according to the most current State of California, Department of Transportation, Standard Plans and Traffic Manual. 10-9.2 Traffic Signs . - The Contractor shall install new signs at the locations shown on the drawings . This work shall be done in accordance with Standard Drawing No. 624, a copy of which is included in these provisions . Sign posts shall be 2-inches wide by 2-inches deep and of sufficient length to extend from the top of the sign (s) to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 , feet of clearance between the finished grade elevation and the, bottom of the lowest sign. The SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO. 01-15 SECTION 10-PAGE 12 10/17/02 anchor sleeve shall extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2-1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing 2 "Unistrut, " No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive rivets specified herein. The Contractor shall also be responsible for the removal and relocation of all existing signs and posts, which interfere with the Work, as shown on the drawings and as specified in the Special Provisions. Care shall be taken to not damage the existing signs, for the Contractor shall be responsible for any damage. Relocated signs shall be installed using new telespar posts and anchor sleeves. 10-9.3 Payment. Payment for installation of new signs shall be made at the unit price bid for " Install Traffic Sign" , and shall include full compensation for providing new signs, telespar posts & sleeves, installation of signs, and all other appurtenant work. Payment for relocation of signs shall be made at the unit price bid for "Relocate Sign," installed as specified in the standard specifications and these special provisions, and shall include full compensation for relocation and installation of signs, providing new telespar posts & sleeves for installation, and all other appurtenant work. 10-10 STRIPING AND PAVEMENT MARKINGS 10-10 .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. 10-10 .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 Provisions. 10-10 .3 Applying Pavement Markings and Striping - Traffic legends, stop bars and bikeway striping shall be applied in accordance with section 310-5 . 6 of the Standard Specifications, using thermoplastic paint . SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 13 10-10 .5 Compatibility. - The Contractor shall contact the Traffic Maintenance Supervisor of the City at (760) 323-8169 a minimum of 2 working days before any legendslare painted on City streets, to ensure that the patterns the Contractor is using match the patterns used by the City. No other patterns will be allowed to be used except those patterns that match the City' s. 10-10 . 6 Payment. - Payment for traffic 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, and for performing all the work involved in painting thermoplastic pavement markings and bikeway striping, including any necessary cat or rabbit tracks, dribble lines, and layout work, complete in place, as shown on the drawings', as specified in the Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefore. 10-11 RAISED PAVEMENT MARKERS 10-11 .1 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 replaced, and new markers of either reflective or non-reflective type installed as necessary to meet the appropriatelCaltrans standards for the roads within the project. All lane lines and centerlines, except bike- lane lines, delineated within the project, including those streets currently delineated with paint or thermoplastic, shall be delineated with raised pavement ',markers and not with paint or thermoplastic. All channelizers ' removed by the Contractor' s operations shall be replaced in like kind, at its expense. The Contractor shall 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 thel,Contractor. 10-11 .2 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 bell 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 SUNNY DUNES STREET IMPROVEMENTS CONSTRUCTON DETAILS CAMINO REAL, INDIAN TRAIL &ANDEE DRIVE ARHM OVERLAY SPECIAL PROVISIONS CITY PROJECT NO. 01-15 SECTION 10-PAGE 14 10/17/02 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 . 10-11.3 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 therefor. END OF SECTION - SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONSTRUCTON DETAILS CITY PROJECT NO. 01-15 SPECIAL PROVISIONS 10/17/02 SECTION 10-PAGE 15 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX SUNNY DUNES STREET IMPROVEMENTS CITY PROJECT NO. 01-15 DRAWINGS: CITY OF PALM SPRINGS STANDARD DRAWINGS: - Std. Dwg. No. 110 - Street Pavement Requirements - Std. Dwg. No. 200 - Curb and Gutter - Sid. Dwg. No. 206 - Curb Return, Spandrel and Cross Gutter - Std. Dwg. No. 210 - Sidewalk Widths - Std. Dwg. No. 212 A - Curb Ramp - General Notes - Std. Dwg. No. 213 - Curb Ramp Detail - Type B - Sid. Dwg. No. 402 - Top of Manhole Detail - Std. Dwg. No. 624 - Sign Installation - Std. Dwg. No. 625 - Traffic Legend Detail CALTRANS STANDARD PLANS: - Plan No. A20A - Pavement Markers and Traffic Lines. Typical Details - Plan No. A20B - Pavement Markers and Traffic Lines. Typical Details - Plan No. A20D - Pavement Markers and Traffic Lines. Typical Details - Plan No. A24A - Pavement Markings. Arrows. - Plan No. A24D - Pavement Markings. Words. DUST CONTROL SIGN DRAWING SUNNY DUNES STREET IMPROVEMENTS CAMINO REAL, INDIAN TRAIL&ANDEE DRIVE ARHM OVERLAY CONTENTS CITY PROJECT NO. 01-15 PART III 10/17/02 NO REVISIONS APPROVED T: -"If. � R STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2.00% CENTERLINE TO LIP OF GUTTER 1 2.00% CENTERLINE TO LIP OF GUTTER i i ASPHALT CONCRETE PAVEMENT OVER I Q COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW P.C.C. CURB AND GUTTER PER C.P.S. STD. DWG. 200. STREET WIDTH CROWN HEIGHT 84' .84 76, 76 64' .64 52' .52 40' 40 36, .36 32' .32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE II LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. COLLECTOR AND SECONDARY STREETS: 3 INCHES OF ASPHALT CONCRETE (I LIFTI OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE 12 LIFTSI OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM. ALL SECTIONS TO BE VERIFIED BY SOILS ANALYSIS BY LICENSED SOILS ENGINEER. 2. ASPHALT RUBBER HOT MIX IA.R.H.M.) IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2' NEW CONSTRUCTION - MIN. 1-1/2` CAP OVER EXISTING PAVEMENT 3. ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER. 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. 5. A.C. PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER CRY OF PALM SPRINGS APPROVG DATE: 2 V 0 DEPARTMENT OF PUBLIC WORKS CITY ENGINEER R.C.E. DRAWN BY: SJC IL NO. STANDARDS STREET PAVEMENT REQUIREMENTS CHECKED BY. E R F DWG NO Flo- NO. REVISIONS APPROVED DATE R=21/2` A. C. PVMNT. 1 1/2' R=1/2" 1/4- LIP ITYP.I N 6O U R=1" V L A- C- PVMNT. \ ^ 4 1/24.�- -e`--I R=1/2` A1-6 A1-8 A2-6 A. C. PVMT. N2" R=1/2'"� LIP ITYP.1 I/2 1 I` N 11/4" \ ' ONSITE ONLY ONSITE ONLY 14 A2-8 B1 B2 24` 3' 3' 24 I -• 1 - 8 SLOPE 1/2 SLOPE I,R •• FLOWLINE OF GUTTER r 1/2" FIBER EXPANSION JOINT 6' CROSS GUTTER-SECONDARY THOROUGHFARE D1 C1 - END OF CURB a a 4F._9 SLOPE I/2' SLOPE 88 CROSSGUTTER-MAJOR THOROUGHFARE NOTES: D2 . . . A-HIGH DIKE I. TYPES A-HIGH DIKE, AI-6, AND AI-8 ARE BARRIER CURBS. 2. TYPES A,B,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE, 560-C-3250 I6 SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IE AR BOOOI 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS. 6. A.C. PAVEMENT SHALL BE 1/4" ABOVE LIP OF GUTTER. T. EXPANSION AND WEAKENED PLANE JOINTS, SEE SECTION 303-5.4. SCORING 5 FEET MAXIMUM. SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET. CITY OF PALM SPRINGS APPROV DATE: DEPARTMENT OF PUBLIC WORKS1 —' 2 931 CITY ENGINEER R.C.E. DRAWN BY: S.J.C. FILE NO, STANDARDS CURB AND GUTTER CHECKED BY: E.R.F. DWG. NO. 200 NO. REVISIONS APPROVED DATE SHOWN THUS ON PLAN H m in vi w 7 z � a p T.C. ELEV. F.L. ELEV. N / a / B.C.R./E.C.R._ � I w I r r 0 p I J u I �.- FIL W LINE 5 Ir p STRRRRRRAIGHT 2 ti w GR ff F I w o � N I U 2 I m 0 m m o I I T.C. ELEV. 3 I F.L. ELEV. 0oELEV. I P.I.G. , r m W ow =W r? _ c� °W NOTES: ci au mw L WEAKENED-PLANE JOINT'SHALL BE INSTALLED 'AT BEGINNING N= AND END OF SPANDREL AND TRANSITION. ar y m 2. SPANDREL. CROSS GUTTER AND TRANSITION SHALL BE 6' THICK PORTLAND CEMENT CONCRETE. 3. CONCRETE SHALL BE 8` THICK PORTLAND CEMENT CONCRETE. 1560-C-3250. 6 SACK). 4. CURB FACE HEIGHT SHALL 6" OR B" AS SHOWN ON DRAWING. 5. CROSS GUTTER -W" SHALL BE CALLED OUT ON PLANS AS 6' OR 8' AS PER C.P.S. STD. DWG. 200. 6. SEE C.P S. STD. DWG. 212 FOR ADDITIONAL REQUIREMENTS. 7. SEE C.P.S. STD, DWG. 110 FOR PAVEMENT REQUIREMENTS CITY OF PALM SPRINGS APP O DATE: DEPARTMENT OF PUBLIC WORKS 28931 CITY ENGINEER R.C.E CURB RETURN, SPANDREL DRAWN BY- S.J.C. FILE No. STANDARDS AND CROSS GUTTER CHECKED BY: E.R.F. DWG. NO. 206 Z O Fri H ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE ZONES R-2 THRU 8, C, AND M - B' -{ [�] mZONE R-1 - 5' M TO A.C. PAVEMENT 4' MIN. SIDEWALK SLOPE = 1/4" 1' CZ ro HILLSIDE STREETS 2 7 > DO FOR FINISH SEE SECTION 4" P. C. CONC. SHALL BE A MINIMUM 3250 LB. 70 303-5.5 OF THE STD. SPECS. CONCRETE IN ACCORDANCE WITH THE STANDARD CURB & GUTTER FOR PUBLIC WORK CONSTRUCTION SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION OZ t� m Z SEE C.P.S. STD. DWG. 200 LATEST EDITION. LATEST EDITION (560-C-3250, 6 SACK). U) U] Z NOTES 1. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4.2 AND 303-5.4.3 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR n n D m om 1" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET. n -00 = 2. ORNAMENTAL SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER m Z THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION AND ARE APPROVED BY THE PLANNING COMMISSION. < Z 1CT1 = 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO m c PROPERTY LINE. O �:D z 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB TO PROPERTY LINE. L7 TI r° 5. STREETS IN EXCESS OF 5 7. SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS z ' n EVERY 400' WITH A MAXIMUM 27 SLOPE BEHIND THE SIDEWALK. t o D 6. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. M m 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT Z Z o A COMMITTEE. < o c 8. SEE ALSO BIKEWAY REQUIREMENTS. m m � N 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. D � O ~O o 'er0 cad m N r NO. REVISIONS APPROVED DATE GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FILL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN ON DRAWING NO. 213. 3. RAMPS SHALL HAVE A 12-INCH WIDE BORDER WITH 1/4-INCH GROOVES APPROXIMATELY 3/4-INCH ON CENTERS. (SEE GROOVING DETAIL) 4. CURB RAMPS THAT HAVE A RAMP SLOPE FLATTER THAN 6.67% SHALL HAVE A DETECTABLE WARNING SURFACE (RAISED TRUNCATED DOMES) THAT EXTENDS THE FULL WIDTH OF THE RAMP AND 2' MINIMUM LENGTH. DETECTABLE WARNING SURFACES, AT THE OPTION OF THE CONTRACTOR, CONTRACTOR, SHALL BE CONSTRUCTED BY CAST-IN-PLACE OR STAMPED METHOD, OR CONSIST PREFABRICATED SURFACE 5. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES SHALL HAVE A TRANSVERSE 13ROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 6. TRANSITION FROM RAMPS TO WALKS, GUTTERS, OR STREETS, SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. RAMPS IN CURB RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETURN, UNLESS OTHERWISE DIRECTED BY THE CITY ENGINEER. 8. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT TYPE B (DWG. NO.). 9. EXISTING CURB FACE HEIGHTS, SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM RAMP SLOPES SHALL CONTROL FINAL HORIZONTAL DIMENSIONS. 10. RAMPS SHALL BE MARKED IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER PRIOR TO SAW CUTTING. 11. THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE ANY INTERFERING UTILITY PULL BOXES, MANHOLES, VAULTS OR UNDERGROUND LIVE OR ABANDONED LINES. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY HIM TO EXISTING UTILITIES OR IRRIGATION LINES. 13. THE DETAILS SHOWN IN STD. DWG. NO. 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE SITUATION EXISTS. WHERE STREET GRADES SLOPE, STRICT ADHERENCE TO THE MAXIMUM SIDE FLARE SLOPE OF 10 PERCENT MAY NOT BE POSSIBLE TO ACHIEVE. IN SUCH CASES, THE SIDE FLARES WILL BE PERMITTED TO VARY DEPENDING UPON CURB GRADE. THE FOLLOWING TABLE LISTS THE APPROXIMATE SIDE FLARE DIMENSIONS CORRESPONDING TO INCREASING CURB GRADES (FOR 6-INCH AND 8-INCH CURB HEIGHTS) IN ADHERENCE TO A.D.A. MAXIMUM ALLOWABLE SLOPES. SIDE FLARES IN EXCESS OF 20 FEET WILL NOT BE REQUIRED. 6-INCH CURBS 8-INCH CURBS CURB GRADE DOWNHILL SIDE UPHILL SIDE DOWNHILL SIDE UPHILL SIDE 0 (LEVEL) 4.0 FT. 4.0 FT. 5.0 FT. 5.0 FT. 2 PERCENT 4.0 FT. 4.4 FT. 5.0 FT. 6.0 FT. 4 PERCENT 4.0 FT. 5.4 FT. 4.0 FT. 7.4 FT. 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT. 8 PERCENT 4.0 F . 10.2 FT, 4.0 FT. 13.9 FT. 10 PERCENT 4.0 FT. 18.3 FT. 4.0 FT. 20.0 FT. 12 PERCENT 4.0 FT. 20.2 FT. 4.0 FT. 20.0 FT. CITY OF PALM SPRINGS APPROVED: DATE: W ENGINEERING DEPARTMENT � 28931 CITY ENGINEER R.C.E. CURB RAMP - GENERAL NOTES DRAWN BY: G.F.F. FILE NO. STANDARDS CHECKED BY: M.V.H DWG. NO. 212-A NO. REVISIONS APPROVED DATE TRUNCATED DOMES REQUIRED IF RAMP VARIABLE HEIGHT SLOPE IS LESS THAN 6'67% (FULL WIDTH RETAINING CURB, IF OF RAMP AND 2' MINIMUM LENGTH) I - 5' i NECESSARY AT EDGE OF B I SIDEWALK x 12" (TYP.) EXISTING P.C.C. SIDEWALK 8.33Z MAXI (TYP.) n I SEE NOTE NO.3 OF STD. DWG. 212A A T A EXIST. CURB AND GUTTER `FACE OF CURB (OR MONOLITHIC CROSS-GUTTER) 4" OVERCUT APPROX. 3/4" EXISTING \ , CROSSWALK 1/4" e. 1/4 EXIST. PCC SIDEWALK GROOVING DETAIL TOP OF VARIABLE HEIGHT RETAINING CURB (IF NECESSARY) 16/e" 0.45" o ,8.33% MAx' 4. (TYP.) Q O O O SECTION A-A 000 O PL EXIST. PCC CURB AND RAISED TRUNCATED EXIST PCC SIDEWALK GUTTER (OR MONOLITHIC `y. I CROSSGUTTER) DOME PATTERN — —- - - 2% MAX. —� . •;: ..... CI_ "4" OVERCUT I T 1f MATCH EXIST. PCC VARIABLE HEIGHT RETAINING GUTTER (6" MIN. NOTE: CURB, IF NECESSARY SECTION B—B THICKNESS) 1. SEE C.P.S. STD. DWG. 212-A FOR GENERAL NOTES 2. P.C. CONCRETE SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2000 EDITION (6 SACK). N.T.S. CITY OF PALM SPRINGS APPROVED: -' /f DATE ENGINEERING DEPARTMENT *�L R931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE B DRAWN BY: G F F FILE NO. STANDARDS CHECKED BY: M.V.H. DWG. NO. 213 N0. REVISIONS APPROVED DATE P.C. CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD------; SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND 1560-C-3250-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S. STD. DWG. NO. 400 10" 1/4' IIYPI 0 r � !.Z ' ,�_ PROVIDE 9" ADJUSTMENT ASPHALT CONCRETE PAVEMENT. THICKNESS i� 3-24"X3" GRADE RINGS AS SHOWN ON PLANS ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.2.2 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. NOTES- I., WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO.S 1310/I", 1 1/4", 2", AND, 1312/1", 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (6191 474-846L 2. MAXIMUM OF 3 GRADE RINGS- CITY OF PALM SPRINGS APPROVEq� i DATE: V70r— DEPARTMENT OF TRANSPORTATION �'� - �offq3j CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: RBJ FILE NO. STANDARD DETAIL CHECKED BY: DJB DWG. N0. 402 NO. REVISIONS APPROVED DATE REGULATORY, WARNING OR GUIDE SIGN .080 GAUGE ALUM. SIGN WITH HI-INTENSITY LETTERS I ` AND BACKGROUND COVERED ) WITH 3M 1150 GRAFFITI— PROOF OVERLAY / \ / SIGNS SHALL BE ATTACHED TO POST UTILIZING TWO UOT 3806. DRIVE RIVETS N0. TL 3606. 86° z �^ 90 2.' X 2" X 12 GAUGE TELESPAR o POST OF SUFFICIENT LENGTH TO w EXTEND FROM TOP OF SIGN TO u 7" INTO SLEEVE AND STILL Q PROVIDE 7' OF CLEARANCE. 4 Y m J � Q 7 24"', m u w 0 F S/l o U U a a m 72•' PLAN VIEW IF S/W > 5' EXIST F.S. FACE OF CURB 2% \ SEE DETAIL BELOW 0 90% FRONT ELEVATIbN FACE OF 2-1/4" x 2-1/4" x 30" (12 GAUGE) 2-1/4 SIGN TELESPAR SLEEVE PER POLE F ABOVE THE EXISTING SURFACE. o EXISTING GROUND J� M 88% 90% 0 POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: �yyJ DATE: 97 DEPARTMENT OF TRANSPORTATION 2 931 CITY ENGINEER R.C.E. DRAWN BY: R gJ 11-ILL NO. SIGN INSTALLATION STANDARDS -' CHECKED BY: E R F DWG. N0. 624 . . NO. REVISIONS APPROVED DATE STOP BAR TO BE LOCATED IN THE MIDDLE OF TRANS. NEAREST THE B.C. 8' SLOP HANDICAPPED RAMP CL OF ROADWAY U�fJ FACE Of CURB 4' 8. 7/ NOTE.- ALL STENCILS SLOP NON-RAMPED TO BE CAL. TRANS 1 METRIC. ITEM • TYPE CL OF ROADWAY STRAIGHT ARROWS TYPE 1 1 FACE of CURB wRvED Awtows TYPE Iv I` DROP ARROWS TYPE V1 SEE ATTACHED LIST TOR ADDITIONAL SPECIFICATIONS. STOP BAR LEGEND _DETAILS pz City of Palm Springs CATraffic Engineering Div. FI pRl� APPROVED EYf - +1„�� TM ENNIEER - CITY OF PALM SPRINGS o EDP 0ATE. I!•L9.50 DEPARTMENT OF COMMUNITY DEVELOPMENT -��-- CITY ENGINEER R.C.E. TRAFFIC LEGEND DETAIL DRAWN BYs R B � ILE NO.STANDARDS CHECKED EYi D.L. DWG. NO. 625 CENTERLINES (2 LANE HIGHWAYS) LANELINES If NC q �WG[i4µ�1e AT DETAIL I (MULTILANE HIGHWAYS) Em:Taco mve 4x .o , er -_IZJ�,I2.14 m, 5.1Em _2AnI ^July AP IL o51e PLANS O DETAIL 8 'e"'*' DETAIL 2 2.14 m 51B m 2.14 m 5.IB m 2.19 m 1. m -��-� h NO PASSING ZONES-ONE DIRECTION 259 m,219 m 5.16IE m 0.14 m 2.59 m K EON ® 0 �� �� Fil 5J9 m Z.14 mt 51e m r�5 y ® ® DETAIL 4 DETAIL 9 14 DETAIL 15�� T .6a m 19.69m �� .59 m2.14m .19m 219m259m 14.69m ,44 m 2A4 m 4.9E m 2.44 m 2.44 m 0 0 Q �� .59 12.1+mL-"I59 m. .It 9 m. ® 000 000 ® �� 0 ® ® ^® ®�r5 Peee► Ezz m� F 1.22 m-I F- DETAIL 16 1T DETAIL 5 DETAIL 10 w.fiq m 150 366 m 10.98 3.66 4q .qq m nz m razm �l y A 14 4 m Dl DOD 000 a w .4+ e4m .44 7.32m f y �► -i F-1.22 m ® ® ®® 0 ® ®® On (J DETAIL G DETAIL 17 14 �- PAR m 66 m 4 m DETAIL I 'I 1-1.22 m 3.66 m 10.9E m 3.66 m ® ® �� 3.66 m 10.98 m 3.66 m w p I iSrS i --► o o p DETAIL 7 y DETAIL 18y -{ 69 42m 5 49 m 3 66 m 5 99 m 0 0 0® rr 5.49 m m 5.99 m �_® ®1r5 ® IN DETAIL 1z -► 1.22 mJ I-- -► 5A9 m 3.66 m s.4 m DETAIL 19 '1'EEF D y 0 ® r.32 m ® r.32 m ®L50 Z MARKER DETAILS 14,64 m LEGEND DETAIL 13 wm sa9m 1366� s49m 75 D 16-20� y 4 m 4,69m 5.49 m DETAIL 20 29 0 ®® ® 01 Y N MARKERS }- Q 0 ®® 0 ® ®® 0 0 ®0 27 O 1.5-4. 0 DI -� � - Y Q TYPE A White Non-reflective 5JT O O O 0H.22 m 1.22 m ® TYPE AY Yellow Pool /. E NO PASSING ZONES-TWO DIRECTIONS Kc D3 TYPE C Roe-clear Refil lve Reflectve Face k DETAIL 14 DETAIL 217 0 TYPE 0 Two-way Yellow Reflective q].92 m T [♦ TYPE 6 one-way clear Reflective TYPE A & TYPE AY 1 14.64 m a 14 -i• PPPP► I3.66 m ® TYPE H One-way Yellow Reflective 04 0000 IN 0000 Di 0000 ® w® r32 m ® rffi m �550 98-10575 LINES 47=�� DETAIL 22 T� 0 100 mm Noel,. lD-1 10-19 DETAIL 14 az m az m® ®U� 0 100 mm renew � � rs �- Ulrecnan of travel y -� -� DETAIL 23 0 0 0 0 ® 0 0 0 000 0 0 0 ST 43.92 m 0.8 m 43.92 m 0,m 4.92 F 90 k2 y 1.22 m-. �.- NOTES TYPE C & TYPE G & -�7 1 �-`(' J ') i.wnlmum o,Yj..t.d area of TYPE D TYPE H [� DEPARSTATETMENT Or TRANSPOR reflective face =65 square m1111meters DETAIL $ 9EPK ENi S TflANSPOfli4TIBN PAVEMENT MARKERS AND TRAFFIC LINES x.fleflaa+lve marNers neea Fat be remanawar TYPICAL DETAILS 3.De1c113 eeleNea NO SCALE ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN A20A I. LEFT EDGELINES e..b (Divided Highways) MEDIAN ISLANDS �W(tle e �50 �— r75 TWO—WAY LEFT TURN LANES • \ I J.111 3. 199s M "c�sNUI DETAIL 29 DETAIL 3 ,E �.czsme —► Eage of rrowele y DETAIL 28T62 IAnlma )C 5 we 50 3.66 m 10.9e m 3.66 m 10.9e m DETAIL 25 ® 'Edge of troweled way®—(' I464 m L50 9.2e �753-3.6 m m ®i.32m®7.32m®� DETAIL 32 }3zm rJ 3 3 so DETAIL 25A 50 �-- -{j ® ® ® ® ®-i�]5 ® ® ®�t DETAIL 29 �T5 ® y 7.32 m )d2 m 50 L62 m Mlnlmum 549 m 13.66 m 10.98 In I3.66 ml 10.93 AS m 5.49 m r15 Eage of +raveled way —► cm -Ti DETAIL 26 —Etlge of traveled way_L ® ® ®--t50 y ® ® ® ® ® ® ®0}5 DETAIL 33 W ® 19.69 m ®—T50 29.te m �� ] 2 m ]32 m ]32 } 7.32 32 1 r},32 m�II,.�L32 m�1I 4�L22m1 ®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®1]5 -[15 �� ®®®®®®®®®®®®®_1)5 ® ®®®® ®®®® ® ®®®® T�3-J.6m 0 --I I«1.22 m _ SA9 m 366 m 5A9 51 g DETAIL 27 TP DETAIL 30 000000®000000—( P I� t� �0.62 m Mlnlmum ®®®® ® ®®®® ®®®® ® 'Edge of troweled war®TL 50 ®®®®®®®®®®®®®_I15 —► ®®®®®®®®®®®®®®®®®®®®®®®2®2®®00000000000 }5 a INTERSECTION TREATMENTS Z RIGHT EDGELINE DETAIL 34 Jo m Mlnlmum m Minim m MARKER DETAILS ]5�—. .66 m a sM m 3.66 m041111 .A9 m I TJz m e }Tz m : }3 s0 D _E DETAIL 27B �50 I6-20� 1 r ® ® ® ® ® ® A �1 50y L32m i.32m 9 ) 9 _5A9m J66 m� 549m 5A9 13ME i5 T L545� m ml Ea9e of rrawelea way e DETAIL 34A e ¢ Jm m Mlnlmum � P 66 m 0 9e m 6 I30 m Minimum 1 RIGHT EDGELINE EXTENSION THROUGH ® INTERSECTIONS Reflective Face I3® Ia 9e m �3ozolm i--E TYPE AY P y DETAIL 35 0m�321m m DETAIL 27C use mxs9 mvl z.nm �50 O C7 C7 9e-los se-Ims T �.,—".�.—.I sl 1 3.66 m 3.66 m 1.66 m ® 13 ® ® o 0.92 m 10-19 �I19 J-T CI 0 ® B LEGEND so— }3z m 9 }.32 m ® of 13.ss E11A ml�s3 dx,�e ml CTs MARKE05 '3o m Mlnlmum 30 m Minimum ®TYPE 0 two-way Reflective �1)5 ® TYPE er Yellow Non-reflective DETAIL 35A g TYPE N one-way yelmw Reflective TYPED TYPE H f ® ® ® ® ® ® 1 LINES NOTES yl Ja m Mnlmum O I00 mm While NOTES OF cnffORNIA I.Minimum ProJecred area of DEPARTMENT OF TRANSPORTATION I00 mm tallow reflective face •65 square m rectangular PAVEMENT MARKERS AND z.Retall 2?e maser need not be reamnom°r TRAFFIC LINES TYPICAL DETAILS �--Direction of Travel 3.Oetall 2]A deleted ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN NO SCALE A2OB CHANNELIZING LINE DETAIL 38 20D mm wnrce Line LEGEND w((Iaa MARKERS 50S° RECESS DETAIL FOR , , W�ua,Ya} - --r.3x m .a raz m--i O TYPE A Wnite Non-reflective REFLECTIVE PAVEMENT MARKER Through traffic �► 0 TYPE 0 One-way Clear Reflective s • •-�-51 200 mm WM1lte Line f Direction =BB DETIL 3BA of Travel NENTCE, STREAM ENO DETAIL 380 ESE zoo mm wneeosD soo 3DD - ° ° y 131.Bi 3.x Min Mln ° ° S° 9E�-105 ry PLAN --7.32 m ).32 ma—� 16 x� Imo' MARKER ��- ONE-WAY TRAFFIC DETAIL 38C DETAILS 1.5-4sh 10-199 - (TYPE1) � O�o 19.3-15.9 a88888a88888a Reflective Face SECTION A-A REFLECTIVE PAVEMENT y 1.22 7.32 ).32 TYPE A TYPE G �-- MARKER AT ONE END OF RECESS -�m m BIKE LANE LINE Coo 3DO sOo `131.B 33.2 r DETAIL 39 �15o mm Wnite Line NOTES y M1n mn Mtn 1.Mnlmum pre acted ar a of PLAN Z PA reflective face %65 A,...m1111me...A z.Reflective markers need not be rectanqubC. TWO-WAY TRAFFIC 3.See typical traffic Ilne detalls for marker (TYPE 21 D BIKE LANE Darter,c to be LIDO with rece,eed N Intersection Line Pavement marker.. REFLECTIVE PAVEMENT MARKER CIO DETAIL DETAIL 39A Detail 14 require,a TyP. 2 recess. C I— —60 m t.1-11a1 FOR RECESSED INSTALLATION o 0 0 y 6-Iz3 � SO or wm Li i+e ne ® LI`-7 za m t1O-u ® t10-11 LANE LINE EXTENSIONS J— Reflective Face® i� -1 - THROUGH INTERSECTIONS DETAIL r5064 -C 50-61 1.e3 m 0.31 m �� O O 4 O p TYPE C & TYPED TYPE G & TYPE H DETAIL 40A 100 mm Wmta Lind See Nate 3 1.22STA'm 0 o Q o 0 0 0 0 DEPARTMENT OF CALIFORNIA TRANSPORTATION type 1Han-Reflective DEPAfliMENi OF TflANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE ALL OIMENSI CNS ARE IN MILLIMETERS UNLESS OiNERWISE SHOWN A 20D 'r—I.°r m—I �I.ar m—�{ ���r°m� �z.rn m I I �trle o^ Jul,rt3.C1995cN 3��W�lyybE0�i5 OV�m/rtMaX.e m nem. r3"L-9Fp E �rryev/•+mine�'� Me rt IX PiRT rt E E E 300 mm GRIP �- „ L4. Z A=1.30 m2FF TiLl TYPE 1(10)ARROW a 3OO -4 o N i v 300 mm cRlo 1300� r1.5s m--I AA-3I.34 DIE MID j TYPE VIII ARROW soo r 30o mm Ga10 o a 300 E _ A mz m �Qr 300 mm ca 108 TYPE I fl8)ARROW 21Y e N 30071000 � a 300 mm Lfllp A-3.90 DIE TYPE VI ARROW A=2.51!mB RIGHT LANE DROP ARROW TYPE I(24) ARROW 300 mm GRID �300f-- (FOR LEFT LANE. USE MIRROR IMAGE)A=1.39 mz E TYPE IV U ARROW (FOR TYPE WITH ARROW. 0.53 m-I USE MIRROR IMAGE) A=3.06 m2 TYPE V ARROW E NOTE MINOR VARIATIONS IN DIMENSIONS 1 MAY 8E ACCEPTED BY THE ENGINEER. STATE OF CALIFORNIART I 300 mm GRID DEPARTMENT OF TRANSPORTATION —Is0 2 300 PAVEMENT MARKINGS I50 mm GRIP VI I _ A=oss mz TYPE VII(L) ARROW ARROWS BIKE LANE ARROW (FOR TYPE VI I(R)ARROW, NO SCALE USE MIRROR IMAGE) ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOIRN A24A Caur�ns nnw nnnmllnnxlnull nn mm nil Nil NO nnnmu m na III fail ►naunlNnlm 1 t umnllm I 1111R11II1u1NI1u11111nn1411W 1111111111111111fail IIIIIIIIiIII ��J6W111111111u1111P f1111111111111111 11111'll'0111111 1 1 II INIIII IIn1111111111111 IIII 1 VIII 111111111 n11111n1111111111111 111 IHIINIInt n111111 1a I nrn711 I 1 IONNIIII{I 1111111 11111111/1 Ilul 1u11'lol'1 IIIIIII111111 11 HUMlmm�nt In {�In111111111111 Itl Ilill IIII IIIIII 111111111111111111 II�IIINIInllu1111I111 tll 111 nuIINIW1 111I1111 1 1 it[tint in In [fill 1 11 IIII INI�un ll I llllllllllullll . n.lnnwamnn ulul un 1 munnuul I I Nn nm nn1ul n 11 11mmn m naI nu Hill t� 1nnm111 lgqnll IIIIII nnIl Illln In111 Intl Illllnla IIIII nn IIII no V �N111 IIIIIIIIII 111 1.111 1111/111 11 1 11 7 ll�II1LlLhµIlnll IIII 1,r111111 nISM I I iiN 111i nilliln i111I t IIII=III tin lii 0 11 1i1 1iiffill 11 11 HI i11 e111111luiuliil m 111111i1fillinlil iipil inpI i Ail 1 i IIIIIIC1171111 1111IIIIII III I�IIIIIIII IIII 1111111 11 I111 11 ISM�IIt111Cu/1111 1 1111111/ IIIIIIIIIIn11111u11 1 1 IIIIII IIIIII/111 III III�IIIf11111111I1111 ICI 111 IIIIIII1`i11 1 IJI IIIIII IIIIIIIIN •• ., � N Inll�ll{IIN.1 NI 111111111111 IIII IIIIIIIIIIIIIII,1 IIII nllmn�lllm in ►,r mnum nnanna nil 1111munnxnuu ml nnnuu lul x n1 mnucl nx nn1111mnIN cuml not n I N1<tlNlltN�tlNl ml In 111111NINNIIrN�1{NN INI{INI{IIn1{INI III�INNIIIN !In U11 IIVNIIIII1 „ 11 i1111'1111111111�111111111 1111111�II1u11111 IIIII 111111111111111111111 111 11111111/1 IIII IIIII 111111111/ Id llln unn{nmmun IINII 111 Inl{ INI mI1I1111111I111111 MISS 11I1111N IIIII 11 Ism IN 111111in HIS •• 11 IIIII 11111111111111111111 II1111111111 IIIII111111 IIIIIIIIIIIIIILIIn1�I 11111111111115111111 0111 I41111 IIII 111 J ill IIIII IIII IJ�1IIO 11111111111111111111 IJopIIIIIIII1111llnNnl111I 1111111Hall11d11InI lint III UNFAIR InpIIIIIIII'IInil IIu111111111111HU i111111111111111111 111111111 111111111111111111u111111111u1 1111111111111111111 111111111I111111111 111111111111fill 1111111111111111111 IU.IIISIjjItnI14V1 4Vllln 11i1111111Wn IIIILI nnInL111nW11n11 lint 11111111111111 filolllllllllllln►l IIIIIIIIIIn1111fill 11111111i1111111111111111111 1u1111I1111111111Inn 1111111111111111111P1 111111111IIIUIIIIII Illlllllllllllllulll Illmnu111lN'lllxl CIr71C11'1nil K 11 CIrx11I In111111111111111 IUM IIIIIIC r71111111111 limn Initial 1111111NIIICU� IIIu111111Illllllllll 1u111n11111111t11111 11111111! Iu1x111 nuunlMUSIC! ,u, sn, fill Kilo WINIILI llxlUlul111U tIWWil�p11� IICUIILIId IIIIIIIn !N lmllnl , I1u1111111111l1I111111111111111�� 1/111111111111111�11111I 111111111111111111 11111111/11�111111u� 119111111111191 11111111►1p11 lot IIN°NIIall 1INIIInnn Inil IIIII IInt ItsN IIIN111N111 NNI !III IIIIx�11111NIIIN IN IINIIINl 11�11111nPi1N11 111/111/1 1111111111111111 gill 111111 N11111mill 111111111{III 1111111 IIIII IIIIII 1111111111I 11111111111 11 nil 11`Itll1//IIIIII I I I�nnnl/lll1 11 111tu mumniNauxnn WI a 11 m111 init Ill O IF all m u�nununun IN I I {Nu 110,11 in111 ISM IJn111NnnIT I�L1 In 11 NIIINNI�N��IINII IWIIINIIIIWOINN NInn1N1N1 IV IIN m1I11 11111111111'1111fill11111111111111p111 illlllllll1111111111111111111 11�111111111111fill WHIll 111111 I1111�1�j11�1u1111111I inllil°milli II IIII�NNII1 11 In IIIIIII nil film I'111►11111tIAIll 11 1111UIN 11p llul •• ulIll I uuuilll lull 1111111C11111u11 IIIII •• 1°iiiuiii�r' •• 11 11111�11111111 nxunnwm . , . nsnnnunm Project Name : Sunny Dunes Road Street Improvements Contractor : --------------------------- City Project No . 01 - 15 TO REPORY BLOWING DUST FROM THIS PROJECT , CALL , ( XXX ) xxx o xxxx If you do not get a response within one hour, please call: 8:00 a.m. - 5:00 p.m. Monday through Friday (760) 323-8253 - Palm Springs Public Works & Engineering Department After hours of weekends (760) 323-8115 - Palm Springs Police Department Or call A.Q.M.D. 1-800-288-7664 ACORD CERTIFICATE OF LIAVILITY INSURANCE DATE(MMIDD/YY) PrODUCER 02/19/2003 (909)792-2345 FAX (909)792-0159 Beall Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 130 W. Vine Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Redlands, CA 92373 INSURERS AFFORDING COVERAGE INSURED INTERNATIONAL PAVEMENT SOLUTIONS, INC. INSURERA: ROYAL SURPLUS LINES INSURANCE COMPANY P. 0. BOX 10458 INSURERB: SAFECO INSURANCE COMPANY OF AMERICA SAN BERNARDINO, CA 92423 INSURER C: NSURER D NSURER 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. LTR TYPE OF INSURANCE POLICY NUMBER DATE(MWDD/YY) DATE(MM/DDIY/) LIMITS GENERAL LIABILITY K2HA121070 08/13/2002 08/13/2003 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one Fine) $ 100,000 CLAIMS MADE DOCCUR MED EXP(Any one person) $ Excluded A PERSONAL&ADV INJURY $ 1,000,000 X Deductible $5000. GENERAL AGGREGATE $ 23000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG 5 1,000,000 POLICY X PRO- LOC JECT AUTOMOBILE LIABILITY lCG215921-10 08/13/2002 08/13/2003 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,OD0,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) 6 X HIRED AUTOS _ BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYE $ E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS NGOING OPERATIONS OF THE NAMED INSURED. THE CITY OF PALM SPRINGS IS NAMED AS ADDITIONAL INSURED ER ATTACHED CIS 20 10 11/85. E: CITY PROJECT 801-15, SUNNY DUNES STREET IMPROVEMENTS, PALM SPRINGS, CA. ESCRIPTION OF WORK: ASPHALT, CURB, GUTTER, STRIPING, COLD PLANNING. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL „3 n DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF PALM SPRINGS BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 TAHCUITZ CANYON WAY OF ANY KIND UPON THE COMPANY,ITS AO NTS OR REPRE ENIAT(VES. PALM SPRINGS, CA 92262 AUTHORIZED REPRESENTATIVE 'y f Richard Beall I,F " `4 FAX: (760)322-8372 POLICY NUMBER: K2HA121070 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF PALM SPRINGS ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE OBLIGATED BY VIRTUE OF A WRITTEN CONTRACT OR BY THE ISSUANCE OR EXISTENCE OF A PERMIT,TO PROVIDE INSURANCE SUCH AS IS AFFORDED BY THIS POLICY. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of"your work"for that insured by or for you. IF YOU ARE REQUIRED BY A WRITTEN CONTRACT TO PROVIDE PRIMARY INSURANCE,THIS POLICY SHALL BE PRIMARY AS RESPECTS YOUR NEGLIGENCE AND CONDITION 4. OTHER INSURANCE DOES NOT APPLY,BUT ONLY WITH RESPECT TO COVERAGE PROVIDED BY THIS POLICY. CG 20 10 1185 Copyright,Insurance Services Office,Inc., 1984 Page 1 of 1 STATE. P.O. BOX 420807,SAN FRANCISCO, CA94142-0807 • COMPENSATION - -- INSURANCE FUND CERTIFICATE OF WORKERS'COMPENSATION,INSURANCE FEt3RUARY 21, '?003, POLICY NUMBER'°J71176r — 02 CERTIFICATE,EXPI REST=' ,-r� .�� - L- - Ci,TY OF ;PALN SPR3NGS; .. 3200 TIANQUITZ CANYGN'.W41` PALM SPRI IGS CA $'7262 L This is to certify that we have Issued a valid Workers' Compensation insurance policy In a-form approved by the California- _ Insurance Commissionerlotheemployer--named-below for the pollcy-perlod.indicated. ._ . ._. . This policy is not subject to cancellation by the Fund except upon Yoh days'advance written notice to the employer. " 30 We will also give you)TYN days'advance notice should this policy be cancelled prior to its normal expiration. - This certificate of,insurance is not an insurance policy and �oes not amend, extend-or.alter the coverage afforded by the - policies listed herein. Notwithstanding any requirement,,term, or conditibn`of any contract or other document with respect to,which :this certificate of insurance may be issued or may pertam; the insurance afforded 'by-the-policies, described herein-is subject to all the terms, exclusions and conditions of such policies. AUTHOIRIZED REPRESS N-f�ATIVE _ ) PRESIDENT E111PLOYER'S LI�AWI-ir ' [:_IIIII '„Ti`ICS_UDING DEFENSE ,COSTS. s1,000,000 _PER OCCUf'RFiyC.EI E1,11)ORSE€'LENT ;12065 ENT1TLiD CEP.TIFICATE HOLDERS''NOTICE EFFECTTVE' 08/13/02 IS ATTRCHED TO r-1ND',iFORFIS A PART OF 'TH).S POI_TCY,. - EMPLOYER Tt,!TEI?S,iATIOI�haL,f �V IIIEI�IT SOLUTIONS INC PO BOX i'0458 , SAN T.IERNAPT)F1,10 CA :�241 3 , THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND SCIF 10262(REV 5-01)