Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04544 - GRANITE ARHM OVERLAY CP02-01 MO7136
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 Granite Construction Company ACCEPTANCE DATE: December 2,2002 38-155 Monroe Street PROJECT: CP#02-01,Citywide AREIM Overlay Indio,CA 92203 AGREEMENT NO. 4544 MINUTE ORDER NO. 7136 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 L.F. Curbing L.F. ARIIM Street Paving 169,665 S.F. Street Paving S.F. Sidewalks S.F. Sidewalks S.F. Driveway Approaches S.F. Driveway Approaches S.F. Bike Paths S.F. Bike Paths S.F. Sewer Mains L F. Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals L.F. ADJ.Sewer Manholes 9 EA. Sewer Manholes EA. Storm Drains L.F. Storm Drains L F. Survey Monuments EA. Survey Monuments EA ADJ Water Valve 7 EA. Cold Plane Ex Ac Pavement 43,468 S.F. Location:Schedule A=Stevens Road from Indian Canyon Drive to east end. Schedule B=Crosslev Road from Mesuuite Avenue to Avenue 34. Schedule C=Calle Abronia from Ramon Road to Camino Parocela. Schedule D=Calle Palo Fierro from Sunny Dunes Road to Riverside Drive. C.P.S.Drawing No(s). Permit No 12833 Contractor(s)actually doing the work Granite Construction Company Notify your bonding company/bank to release the following bonds: No.8192-06-09 in the amount of $176,177.00 Performance p2 Z�Z3 No.8192-06-09 in the amount of $176,177.00 Payment ) Ze e 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 Cc/Bank Federal Insurance Company Comments:FINAL CONTRACT AMOUNT:$IS 1,534.57/ Submitted by: Upn/y Dated: 9qgineering field Supervisor Approved by q-L Dated: 1121103 Director of Public Works/City Engineer Distribution:Original to Engineering Project File;Copies to Addressee, City Clerk,Engineering File,Engineering Field Supervisor,Building,and Facilities Index No. 0217 DOC *1 200`- r ki4t-jlb r 12/20/2002 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder Recording Requested By And M s _I IIIIII IIIIII_III IEIIIII IIII I III GIIII II III IIIII IIII IIII MSG When Recorded Return To: City of Pahn Springs Attn: City Clerk P.O.Box 2743 �� �'t `D Pahn Springs, CA 92263-2743 AFRTL]J COPY LONG REFUND N.- E M -- -- (SPACC ABOVE THIS LINE FOR RECORDING USE) (EXEMPT FROM RECORDING PEE PER GOV.CODE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: LRUJ 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 1"day of November, 2002. 5. The name of the contractor (if named) for such work of improvement was: Granite Construction Company, 35-155 Monroe Street, Indio, CA 92203. 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: Citywide ARE M Overlay Project. 7. The property address or location of said property is: Schedule A=Stevens Road from Indian Canyon Drive to east end. Schedule B=Crossley Road from Mesquite Avenue to Avenue 34. Schedule C=Calle Abronia from Ramon Road to Camino Parocela. Schedule D=Calle Palo Fierro from Sunny Dunes Road to Riverside Drive. 8. City Project No. 02-01, Agreement Number: 4544,Minute Order Number: 7136 CITY OF PALM SPRINGS: ul REVIEWED BY: DATED: BY: DATED: I93 `7 Director of Public Works/City Engineer r David J. Barakian PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Patin 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 fact therein are true; that as said City Clerk,she makes this verification on behalf of said municipal corporation. City Clerk-Patricia A. Sanders WP:clr/7une02 Index No. 1702 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Granite Construction Company Date: November 6,2002 38000 Monroe Street. Project No.: C.P. 02-01 Indio, CA 92203-9500 Project Name: Citywide ARHM Overlay Project Change Order No.: Two (2) - Final Attn: Bob Garcia-Project Engineer Contract Purchase No.: 316126 Account Number(s): 134- 4498 - 50100 Agr.#4544 M.O.#7136 Res.# A. CHANGES IN WORK: Increases and Decreases to Contract Items for Schedule A: Item Description No. 3 Cold Plane Existing AC Pavement 4 Construct 1.5 in.ARHM Overlay 5 Remove Existing AC Pavement 7 Construct 2.5 in.AC Pavement Increases and Decreases to Contract Items for Schedule B: Item Description No. 5 Construct 1.5 in.ARHM Overlay 7 Adjust Sewer Manhole to Grade Increases and Decreases to Contract Items for Schedule C: Item Description No. 3 Cold Plane Existing AC Pavement 4 Construct 1.5 in.ARHM Overlay 5 Adjust Sewer Manhole to Grade 6 Adjust Water Valve Cover to Grade Increases to Contract Items for Schedule D: Item Description No. 3 Cold Plane Existing AC Pavement 4 Construct 1.5 in.ARHM Overlay 6 Adjust Water Valve Cover to Grade Increase to Contract Items for CCO No. 1: Item Description 3 Cold Plane Existing AC Pavement B. CHANGES IN CONTRACT COST: Increases and Decreases to Contract Items for Schedule A: Item Description No. 3 Cold Plane Existing AC Pavement 1,074 SF @$0.45 $ 483.30 4 Construct 1.5 in.ARHM Overlay(Decrease) 274 SF @$0.65 ($ 178.10) 5 Remove Existing AC Pavement(Decrease) 100 SF @$1.35 ($ 135.00) 7 Construct 2.5 in.AC Pavement(Decrease) 425 SF @$1.05 ($ 446,25) Sub-Total ($ 276.05) November 6,2002 C.P. 02-02 Citywide ARHM Overlay Project Change Order No.Two (2)-Final Page 2 of 3 (Continued) B.CHANGES IN CONTRACT COST: Increases and Decreases to Contract Items for Schedule B: Item Description No. 5 Construct 1.5 in.ARHM Overlay(Decrease) 2,958 SF @$0.65 ($ 1,922.70) 7 Adjust Sewer Manhole to Grade 2 Each @$500.00 $ 1,000.00 Sub-Total ($ 922.70) Increases and Decreases to Contract Items for Schedule C: Item Description No. 3 Cold Plane Existing AC Pavement 20 SF @$0.45 $ 9.00 4 Construct 1.5 in.ARHM Overlay 781 SF @$0.65 $ 507.65 5 Adjust Sewer Manhole to Grade 1 Each @$500.00 $ 500.00 6 Adjust Water Valve Cover to Grade(Decrease) 1 Each @$500.00 ($ 500.00) Sub-Total $ 516.65 Increases to Contract Items for Schedule D: Item Description No. 3 Cold Plane Existing AC Pavement 98 SF @$0.45 $ 44.10 4 Construct 1.5 in.ARHM Overlay 116 SF @$0.65 $ 75.40 6 Adjust Water Valve Cover to Grade 1 Each @$500.00 500.00 Sub-Total $ 619.50 Increase to Contract Items for CCO No. 1: Item Description 3 Cold Plane Existing AC Pavement 24 SF @$0.45 $ 10.80 TOTAL DECREASE CHANGE ORDER = < $ 51.80 > NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. C. REASON FOR CHANGE: All bid items for Bid Schedules A, B, C and D were field measured by both the Contractor and City Inspector. All quantities were agreed to by both the Contractor and the City Inspector In C.C.O. No, 1, there was a credit taken on Bid Item No. 3, Cold Plane Existing AC Pavement for Schedule A. This credit exceeded contract quantity by 24 SF. This change order will add back the 24 SF. Also, deleted Bid Items 5 and 7 due to the change per C.C.O. No. 1. D.SOURCE OF FUNDS: Slurry Seal Program -Local Measure A 134 - 4498 - 50100 = < $ 51.80 > November 6,2002 C.P. 02-02 Citywide ARHM Overlay Project Change Order No.Two (2)-Final Page 3 of 3 Summary of Costs Contract Time Original Contract Amount: $ 176,176.17 Original Completion Date: Dec. 5,2002 This Change Order: ($ 51.80) Days Added for this C.C.O.: 0 Previous Change Order(s): $ 5,410.20 Previous Days Added: 10 Revised Contract Amount: $ 181,534.57 Revised Completion Date: Dec. 19, 2002 I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the n i contractor. Submitted By ��Y1 1 Date 'Z aG Field Engi ^ erin9 ervisor i By '41xW09 Fri Approved By Date ;— City Engineer Title Approved by Date �� Date l2-ru—U2 a City ger Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) C 1 rq 1 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Granite Construction Company Date: October 17,2002 585 W. Beach Street Project No.: C.P. 02-01 Watsonville, CA 95076 Project Name: Citywide ARHM Overlay Proiect Change Order No.: One(1) Attn: Bob Garcia, Project Engineer Contract Purchase No.: 316126 Account Number(s): 134 - 4498 - 50100 Agr.#4544 M.O.#7136 Res.#_ A. CHANGES IN WORK: Increase to Contract Bid Items(New)-Bid Schedule A, Stevens Road from Indian Canyon Dr to East End Item Description A Cold plane 3 in.deep, compact native material and base pave 1.5 in.thick Decrease to Contract Bid Item-Bid Schedule A,Stevens Road from Indian Canyon Dr to East End Item Description 3 Cold Plane Existing AC Pavement B.CHANGES IN CONTRACT COST: Increase to Contract Bid Items(New)-Bid Schedule A, Stevens Road from Indian Canyon Dr to East End Item Description A Cold plane 3 in.deep, compact native material and 1,524 SF @$4.00 $ 6,096.00 base pave 1.5 in.thick Decrease to Contract Bid Item- Bid Schedule A, Stevens Road from Indian Canyon Dr to East End Item Description 3 Cold Plane Existing AC Pavement 1,524 SF @$0.45 ($ 685.80) TOTAL CHANGE ORDER = $ 5,410.20 NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. C. REASON FOR CHANGE: After a field review meeting with the contractor, it was determined the existing pavement on Stevens Road, at 2 locations, are sub-standard. Per the specifications, the contractor is to cold plane existing AC pavement from 1.5 in. deep to 0 in. along the existing gutter This is not applicable at these locations. Per the recommendation of the contractor and approval of the Public Works Director/ City Engineer,the contractor will mill out 3 inches of material (asphalt and base), wet and compact the native material and place the conventional asphalt (1.5 inches thick) as a structural repair. The contractor will leave the repair 1.5 inches low, enabling the final asphalt- rubber cap to come flush with the gutter, per specifications. D.SOURCE OF FUNDS: Slurry Seal Program-Local Measure A 134 - 4498 - 50100 = $ 5,410.20 October 17, 2002 City Project 02-01 Citywide ARHM Overlay Project Change Order No. One (1) Page 2 of 2 Summary of Costs Contract Time Original Contract Amount: $ 176,176.17 Original Completion Date: This Change Order: $ 5,410.20 Days Added for this C.C.O.: 10 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 181,586.37 Revised Completion Date: I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted Date�2 �' Field Eng eerigg$ pervisor By - ✓/"/ 'C� ���o,f Approved By ! " Date Title (iJ�!)?j d(G�C d�dn� j Director of Public /City Engineer Date C Z Approved by Date sfF 2 aE31�'2 anager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) €o IftE C 91V MAJJ?,!iFjGER �`s q L/ Granite Construction ARHM Overlay AGREEMENT #4544 M07136, 8-7-02 AGREEMENT THIS AGREEMENT made this /� day of in the year 2002, by and between the City of Palm Springs, a charter city, organized and existin n the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and GRANITE CONSTRUCTION COMPANY 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 Schedules) of the City's Contract Documents entitled: CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO.02-01 The Work comprises the construction of ARHM overlay,cold planning and grinding of existing asphalt concrete pavement,traffic striping and markings,construction of new asphalt concrete pavement;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 the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof,the City and the Contractor agree that as liquidated damages or delay(but not as a penalty),the Contractor shall pay the City the sum of $425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE 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 U to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. - F�Ij`� CITYWIDE ARHM OVERLAY PROJECT AGREEMENT FORM CITY PROJECT NO.02-01 AGREEMENT AND BONDS - PAGE 1 ,6/20/02 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 as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATT CIT F aPALGSLALIFORNIA APPROVED BY THE CITY COUNCIL: Minute Order No. M07136 Date 8/7/02 City Clerk � 4544 Agreement No. APPROVED AS TO FORM: By ity Attorney Date CONTENTS APPROVED: By 44— Agreementove�:Alnder $25 000 City Engineer e � Date �'L' Reviewed and approved by Procurement & Contracting By City Manage(— �� Initials Date L P.O. Number _ Date CITYWIDE ARHM OVERLAY PROJECT AGREEMENT FORM CITY PROJECT NO.02-01 AGREEMENT AND BONDS -PAGE 2 6/20/02 CONTRACTOR: GRANITE CONSTRUCTION COMPANY (Check one:_individual,_partnership, X corporation) By vmllo� signaWre - (NOTARIZED) Print Name and Title: —R.C. Allbritton. Vice President By siBnaNre TARIZED) Print Name and Title James M. Cady, Assistant Secretary Mailing Address: GRANITE CONSTRUCTION COMPANY P.O. Box 50085 Wat¢nnvilla� CA 95077 Date August 19, 2002 (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer,or Chief Financial Officer). End of Signatures CITYWIDE ARHM OVERLAY PROJECT AGREEMENT FORM CITY PROJECT NO.02-01 AGREEMENT AND BONDS-PAGE 3 6120/02 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me, the undersigned notary public, personally appeared R.C. Allbritton ❑x personally known to me OR ❑ proved to me, on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. — ti,� -[�� Sig ature of Notary -mac. JANET HUTTON COmm. 1362143 g � NOTARY PUBUC-CALIFORNIA S° SANTA CRUZ COUNTY `` My COMMISSION EXPIRES JUNE 24 2006 S 0 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me, the undersigned notary public, personally appeared James Ni.-Cady_ 0 personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. JANET HUTTON Comm. 1362143 NOTARY RUBUC-CALIFORNIA Slgna ure of Notary MY COMMISSION E%PIRESSJUNE • 242O06 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor G ITE CONSTRUCTION COMPANY By Title R.C. Allbritton, Vice President CITYWIDE ARHM OVERLAY PROJECT WORKER'S COMPENSATION CERTIFICATE CITY PROJECT NO.02-01 AGREEMENT AND BONDS-PAGE 4 7/1/02 Bond NO: 8192-06-09 PERFORMANCE BOND Premium: $352.50 KNOW ALL MEN BY THESE PRESENTS, That GRANITE CONSTRUCTION COMPANY as Contractor, And FEDERAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California,hereinafter called the "City," in the sum of: One hundred seventy six thousand one hundred seventy seven 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: CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO.02-01 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein,then this obligation shall he null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 19TH day of August ,2002. CONTRACTOR: GRANITE CONSTRUCTION COMPANY SURETY: (Check one: _individual, _partnership, FEDERAL INSURANCE COMPANY' corpora onl _ -By � e �gneMe Title Liaa Snrauge. AL in Fact (NOTARIZED) (SEAL AND NOTARIAL ACKNOWLEDGMENT-OF Print,Name and Title; SURETY) R.C. Allbritton, Vice President By 7adv' tun IZED) Print am:., James M. , Assistant Secretary (Corporations require two signatures; one from each of the following groups:A.Chairman of Board,President,or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). CITYWIDE ARHM OVERLAY PROJECT PERFORMANCE BOND CITY PROJECT NO.02-01 AGREEMENT AND BONDS- PAGE 6 7/1/02 0 r STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me, the undersigned notary public, personally appeared R.C. Allbritton ❑x personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Si ature of Notary T 136214j*7 UTTON T. 1362143 BLIC-CAUIFORNIA SA c�u MY CO MMISSION IXPIRESSJNE 242006 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me, the undersigned notary public, personally appeared James K Cady x❑ personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Sig tune of Notary JANET HUTTON g . COMM. 1362143 NOTARYPUSUC-CALIFORNIA SANTA CRUZ COUMY MY COMMISSION EXPIRES JUNE242P06 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me, the undersigned notary public, personally appeared Lisa Sprauge ❑x personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. I `�. JANET HUTTON Sigi ature of Notary Comm. 1362143 d NOTARY PUBUC-CAUFORNIA MY CO SANTA CRUZCOUNiY MMISSION EXPIRES JUNE 242006 sr yla, PAYMENT BOND Bond NO: 8192-06-09 Premium included in Performanc Bond KNOW ALL MEN BY THESE PRESENTS, That GRANITE CONSTRUCTION COMPANY as Contractor, And FEDERAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: One hundred seventy six thousand one hundred seventy seven 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: CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO.02-01 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person,company, or corporation renting or hiring implements or machinery or power for, or contributing to,said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 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 band. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 19THday of August , 2002. CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO.02-01 PAYMENT BOND 7/1/02 AGREEMENT AND BONDS-PAGE 6 CONTRACTOR: GRANITE CONSTRUCTION COMPANY (Check one: individual,_partnership, X corporation) BY /1 (NOTARIZED) Print Name and Title: R.C. Allbritton, Vice President By gnature INO ARCED) Print Name d Title: James M. Cady, Assistant Secretary (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). SURETY FEDERAL INSURANCE COMPANY BY C� Title Lisa/Sprauge, Attorney-in-Fact (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO.02-01 PAYMENT BOND 7/1/02 AGREEMENT AND BONDS - PAGE 7 • i STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me,the undersigned notary public, personally appeared R.C. Allbritton 0 personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. "i I Si ature of Notary 'r9 ''`,,,, JANET MUTTON Camm. 1362143 NOTARY PUBUC-CAUFORNIA V MY COMMISSION EXPIRES JUNE 24 2006 0 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz On August 19, 2002 before me, the undersigned notaiy public, personally appeared James M. Cady ❑x personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Sign tore of Notary o ET HUTfON g C011 M. 1362143 NOTARY PUBUC-CAUFORNIA 4 SANTA CRUZ COUNTY MY COMMISSION EXPIRESJUNE 242006 uvwre:x , 0 0 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On August 19, 2002 before me, the undersigned notary public, personally appeared Lisa Sprauge 0 personally known to me OR 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Comm. 1362143 Signatur of Notary NOTARY PUSUC-CAUFORNIA SANTA CRUZ COUNTY Qy COMMISSION EXPIRES JUNE 242W6 Chubb POIt Federal Insurance Company Attn.: Surety Department C� Vigilant Insurance Compav 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Kathleen Kenan, R. C. Allbritton, Lisa Sprauge and Jigisha Desai of Watsonville, California -------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations on behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture --------------------------------------------- in connection with bids,proposals or contracts to or with the United States of America,any State or political subdivision thereof or any person,firm or corporation. And the execution of such bond or obligation by such Attomey-in Fact in the Company's name and on is behalf as surety theron or otherwise,under its corporate seal,in pursuance of the authority hereby conferred shall,upon delivery therof,be valid and binding upon the Company. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each(executed and attested these presents and affixed their corporate seals on this L7 th day of January, 2002 'c Sheryl B. Roberts,Assistant Secretary / Flik E.Robertson,Vif President STATE OF NEW JERSEY 1 1 ss. County of Somerset On this 1]th day of January, 2002 .before me,a Notary Public of New Jersey,personally came Sheryl B.Roberts, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney,and the said Sheryl B. Roberts being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws or said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that thesignalure of Frank E.Robertson,subscribed to said Power of Attorney is in the genuine handwriting of Frank E. Robertson,and'v',i{slher to subscribed,6y authority of said By-Laws and in deponenl's presence. 4: ,n Notarial 5eay'NO�ry ��� �'M1.1 MICHELE R. tti'icKliEivt+iti - tl AL 9s- SI` Notary Public.Stale of Now.lcrsey , No. 2229941 COmmIsSlOn Expires SBUt 'Lb,2U(,zi Diary Public CERTIFICATION IN Extract from the By-Laws of FEDERAL SURANCE dOMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary,under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President,any Vice President,any Assistant Vice President, any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached" I, Sheryl B. Roberts,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY(the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Sanwa,Guam,and each of the Provinces of Canada except Prince Edward Island_;and- (ill) the foregoing Power of Attorney is true,correct and in full force and effect. -- - Given under my hand and seals of said Companies at Warren,NJ this 19 th day of August 2002 _ - -- �y`dSVRAr✓�00 `\`,eW+U�Ob 4��r5'0.�"C`�r0 - - �NDIAHN MSC NS`i NEW Y00.�- �-6ti--�1�/� �f_�17 O�il Sheryl B.Roberts,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com 15-10-015413(Ed 2-0a) CORPCONSENr 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. CITYWIDE ARHM OVERLAY PROJECT COVER SHEET CITY PROJECT NO.02-01 BID FORMS-PAGE 1 7/1/02 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: CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO.02-01 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, at seq.,the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code,which require every employer to be insured against liability for worker's compensation, or to undertake self-Insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: J L( h� 6. Bidder: By (/ (Signature) Title: R.C. ALLBRITTON, VICE PRESIDEN CITYWIDE ARHM OVERLAY PROJECT BID (PROPOSAL) CITY PROJECT NO.02-01 BID FORMS-PAGE 2 7/1/02 BID SCHEDULE A Schedule of Prices for the Construction of the: CITYWIDE ARHM OVERLAY PROJECT STEVENS ROAD FROM INDIAN CANYON DRIVE TO EAST END in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization - - - LS $1,000.00 2, Traffic Control - - - LS $ 20 y DO -`i!E 3. Cold Plane Existing AC Pavement 1,500 SF $ 0.145 $ G -1 5 0' 4. Construct 1 '/2" ARHM Overlay 14,500 SF $ 0.65 $ q� y25 ods 5. Remove Existing AC Pavement 100 SF a $ 1. 35 $ 13S $ 5. Adjust Sewer Manhole to Grade 1 EA $ Svo.00 $ Soo. o0 y. Construct 2 ''/z" AC Pavement 425 SF $ 1 . 05 $ LA 9-1 (z, z5 8• Traffic Striping and Markings - - - LS $ g $O ¢— TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ 1510, L-1 6 1 . 2 5 (Pdne in figures) F-[ F'rEEN /HUUS<IAI h Foot 14unloa eb 5iXT-/ ONt ANb Z/160 )Price in words) 'n'K.ANKIOI, 117ONS'f RUC7rpC1V CaffiPA My Name of Bidder or Firm CITYWIDE ARHM OVERLAY PROJECT UNIT PRICE BID SCHEDULE CITY PROJECT NO.02-01 BID FORMS-PAGE 3 7/1/02 BID SCHEDULE B Schedule of Prices for the Construction of the: CITYWIDE ARHM OVERLAY PROJECT CROSSLEY ROAD FROM MESQUITE AVENUE TO 300' SOUTH OF 34" AVENUE in Palm Springs, California It.. Description Estimated Unit Unit Amount Nc. Quantity Price 1, Initial Mobilization - - - LS $7,000.00 2. Traffic Control - - - LS $ 3• Cold Plane Existing AC Pavement 31,000 SF O° $ b.t-15 $ 4. Crack filling 1,750 LF $ ,Ob $ 3* SU64° 5. Construct 1 '/z" ARHM Overlay 122,000 SF $ 0. 65 $ -:�qa 30b 6. Adjust Water Valve Cover to Grade 2 EA $ SUC?.UO $ FOOD00 7• Adjust Sewer Manhole to Grade 3 EA $ 500-0O $ la SDa sx B• Traffic Striping and Markings - - - LS $ f� 1 6 U � TOTAL OF ALL ITEMS OF BID SCHEDULE B: $ o dw' C-/-), (Price in figures) dNr gu.l) 7cl m wev —Ite-7 0 q2s (Price in words) �JR.AiHTIE 4 iONE'1'RTC9CFSItiI �C®NfP�IF]l Name of Bidder or Firm CITYWIDE ARHM OVERLAY PROJECT UNIT PRICE BID SCHEDULE CITY PROJECT NO.02-01 BID FORMS-PAGE 4 711/02 BID SCHEDULE C Schedule of Prices for the Construction of the: CITYWIDE ARHM OVERLAY PROJECT CALLE ABRONIA FROM RAMON ROAD TO CAMINO PARACELA in Palm Springs, California Item Description Estimatod Unit Unit Amount No. Quantity Price 1• Initial Mobilization - - - LS $2,600.00 2• Traffic Control - - - LS $ Z,H UD 3• Cold Plane Existing AC Pavement 8,350 SF o $ O.HS $ 3,�-s�.� U • Construct 1 Y:" ARHM Overlay 22,250 SF $ 0.65 $ I1-I 462 , � 5• Adjust Sewer Manhole to Grade 1 EA $ 500.00 $ goo , 00_ 6• Adjust Water Valve Cover to Grade 2 EA $ SUU.00 $ I,1 pOa -v 7• Traffic Striping and Markings - - - LS W TOTAL OF ALL ITEMS OF BID SCHEDULE C: $ Z `, SOO, 00 , Write In figures) -( WEWTV F)V>= -rif+VV5Ai0J'b 1=1Vt I-40NI)IZ£3 AA)b 00000 (Price In wards) GRANITE CONSTRUCTION COMFA�ff Name of Bidder or Firm CITYWIDE ARHM OVERLAY PROJECT UNIT PRICE BID SCHEDULE CITY PROJECT NO.02-01 BID FORMS - PAGE 5 7/1/02 BID SCHEDULE D Schedule of Prices for the Construction of the: CITYWIDE ARHM OVERLAY PROJECT CALLE PALO FIERRO FROM SUNNY DUNES ROAD TO NORTH RIVERSIDE DRIVE in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization - - - LS $1,600.00 - 2, Traffic Control - - - LS $ Z, N 007 r 3. Cold Plane Existing AC Pavement 4,000 SF $ p,r 157 $ 1, f300, u 4. Construct %"ARHM Overlay 13,250 SF $ 0.b57 $ 00&a. 5. Adjust Sewer Manhole to Grade 1 EA $ S00.00 $ 5G0. `= 6• Adjust Water Valve Cover to Grade 3 EA $ 500.tap $ I ,SOS W- T• Traffic Striping and Markings - - - LS $ S 00 TOTAL OF ALL ITEMS OF BID SCHEDULE D: $ I . 50 (Price In figures) / S�yEtvTE�N T+h)VSAt�I� On1E 140(vb12r'b NiWC-:-ry Two Fitib (Price m words) TOTAL OF BID SCHEDULES A, B, C and D (COMBINED): —� (Price in figures) / e �1L.,LJO E CAL JrifU&144Sr` 70 du10/J2e SE'c f si r )Puce in words) I' _ Ilbll�2s d l2c00 e �u 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. GR'Aldl(TE, CONSTEWC-T[ONd COYIPA JY Name of Bidder or Firm CITYWIDE ARHM OVERLAY PROJECT UNIT PRICE BID SCHEDULE CITY PROJECT NO.02-01 BID FORMS -PAGE 6 7/1/02 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, at seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. S 1`211�iN G/ 3-+N6UD �.Z /o C 14MI5t? CoY!' mAi'l mA21L�fU6 F2trv�unr CA 2. 3. 4. 5. 6. 7. 8. CITYWIDE ARHM OVERLAY PROJECT LIST OF SUBCONTRACTORS CITY PROJECT NO.02-01 BID FORMS-PAGE 7 7/1/02 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California I County of ,MANTA CRUZ ; ss. R.C. ALLBRITTON, , bei rst--duly_sworn, deposes and says that he or she is VICE PRF_'SIf7EUT the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder GUdAPd T CONSTRUJCTMN C�OTUANY By Title R.C. ALLBRI T fON„ VICE PRE SPEW Organization C 0 rrj P 01H AT DON Address P 0. BOX 500K}I WATSOf VILLE, CA 95077 CITYWIDE ARHM OVERLAY PROJECT NON-COLLUSION AFFIDAVIT CITY PROJECT NO.02.01 BID FORMS -PAGE 8 7/1/02 :340e 6f UMMOlUi ss, JANET HUTTOK Comm. 1362143 NOTARY PUBUC-CAUFORMA SANTA CRUZ COUNTY my COMMISSION EXPI ,R�,JIME 24 2W6 I p p M BID BOND KNOW ALL MEN BY THESE PRESENTS, That GRANITE CONSTRUCTION COMPANY as Principal, and FEDERAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: T14 PERCENT jIB°/1 OF 7I TOTAL. AMOUNT OF THE BID dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO. 02-01 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 2 p day of U 1-y 2002. PRINCIPAL: SURETY: FEDERAL INSURANCE COMPANY GRANITE CONSTRUCTION COMPANY (Check o individual, partnership, oorpora T onl By By (NOTARIZED) Title an LISA SP UGE, ATTO NEY-lN-FACT -- — - (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: R.C. ALLBRIT T ON, VICE PRESID-NT By sl tore (NOTARIZED) Print Name and Title: MICHAEL FUTCH, SECRETARY (Corporations require two signatures;one from each of the following groups:A.Chairman of Board,President,or any Vice President,AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). CITYWIDE ARHM OVERLAY PROJECT BID BOND (BID SECURITY FORM) CITY PROJECT NO.02-01 BID FORMS- PAGE 9 7/1/02 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On July 22, 2002 before me, the undersigned notary public, personally appeared R.C. Allbritton ® personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. rj7p:- JANIT HUTTON COMM. 136' ' Noursr SANTAP,Cq ZC�A�NMA Sign ture of Notary MY COMM"ONE% KSJUNE 242W6 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On July 22, 2002 before me, the undersigned notary public, personally appeared Michael Futch ® personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. JANET HrrTON Comm. 1362143 NOTARY PUBUCLµ MA Si ature of Notary ��YCOMMM,y�ONDMRES�z4M STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On July 22, 2002 before me, the undersigned notary public, personally appeared Lisa Sprauge ® personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 1 9 JANET HUTTON Comm. 1362143ON S gnature of Noiary NOTARY PUEUCLAUPORMA 9 SAWA CRUZ COUNTY W COWMON IXMRESJ1M 242006 C Chubb POWER Federal Insurance Company Attn.: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Kathleen Kenan, R. C. Allbritton, Lisa Sprauge and Jigisha Desai of Watsonville, California -------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations on behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture --------------------------------------------- in connection with bids,proposals or contracts to or with the United States of America,any State or political subdivision thereof or any person,firm or corporation. And the execution of such bond or obligation by such Attorney-in Fact in the Company's name and on its behalf as surety theron or otherwise,under its corporate seal,in pursuance of the authority hereby conferred shall,upon delivery therof,be valid and binding upon the Company. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this Z th day of January, 2002 abo , /� l Sheryl B.Roberts,Assistant Secretary r r k E.Robertson,ViltPresident STATE OF NEW JERSEY 1 J ss. County of Somerset On this I]th day of January, 2002 .before me,a Notary Public of New Jersey,personally came Sheryl B.Roberts, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power or Aaomey,and the said Sheryl B. Roberts being by me duly swom, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Frank F.Robertson,subscribed to said Paver of Attorney is in the genuine handwriting of Frank E. Robertson,and'viXsil Blo subscribe4fiy authority of said By-Laws and in deponent's presence. Notarial Seay'J11 ' MICHELE R. AlictiFlvi>;A Notary Public,State at Now Jersey , No. 9229941 Commission Expires Sept 2b,206QC/ 00 Query Public \✓ =tom? CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary,under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached." 1, Sheryl B. Roberts,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, III) the Companies are duly licensed and aulhor¢ed to transact surety business in all 50 of the United States of America and the District of Columbia and are authored by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Sanwa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (III) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 22nd day of July 2002 a �8_ Sheryl B.Roberts,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com 15-100154B(Ed 2-09) CORPCONSENr 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: W. FmAci-i C: V0211FSC)NIVII-I-E, CA 9)507(5) 2. CONTRACTOR'S Telephone Number:( OLsI ) 4 2 4 - 1 0 1 1 Facsimile Number: ( g r 31 1 T6 - 3. CONTRACTOR'S License: Primary Classification A State License Number(s) Supplemental License Classifications '&5V5AT%CWr;t W1 Y OF LICEAfgG L_ 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety F'UNRAL INSURANCE COMPANY Address I'�' x7m VVE—! � ��f1 wR2Rt=.N� N,� n� 059 Surety Company ©F AE II�CURAIVCE. COMP AIRY /�G�NT; /l�S kuy y ?&J 3a1V Telephone Numbers: Agent (031 1 TA Surety ( 7D& 1 9C3-20oa 5. Type of Firm (Individual, Partnership or Corporation): CORPORATION 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: SCC ATrAMIQS l sT of oFFIcr12S CITYWIDE ARHM OVERLAY PROJECT BIDDER'S GENERAL INFORMATION CITY PROJECT NO.02-01 BID FORMS-PAGE 10 7/1/02 State o'California CONTRACTORSSi;7E LICENSE BOARD ACTIVE LICENSE ii,,Xk89 W4 CORP e�KwGRANITE CONSTRUCTION COMPANY aaa ai*P36 C10 A B C57 C-2 C-8 C12 C21 C27 C29 C35 C42 C45 C39 C50 C51 HAZ HIC iwxi-D*05/31/2003 GRANITE CONSTRUCTION COMPANY P.O. BOX 50085 WATSONVILLE, CA 95077-5085 (831) 724-1011 State of Incorporation: California List of Officers David H. Watts President Chief Executive Officer William G. Dorey Executive Vice President Assistant Secretary Patrick M. Costanzo Senior Vice President Assistant Secretary Mark E. Boitano Senior Vice President Assistant Secretary William E. Barton Senior Vice President Chief Financial Officer Assistant Secretary Roxane C. Allbritton Vice President Treasurer Assistant Financial Officer Assistant Secretary Michael Futch Vice President Secretary Garry M. Higdem Vice President Assistant Secretary James H. Roberts Vice President Assistant Secretary David R. Grazian Assistant Secretary Mary G. McCann-Jeri Assistant Secretary Michael F. Donnino Assistant Secretary Henry M. Heilbron Assistant Secretary Kenneth M. Smith Assistant Secretary James M. Cady Assistant Secretary Updated 0 1/0 1/02 BIDDER'S GENERAL INFORMATION (Continued) p 8. Number of years experience as a contractor in this specific type of construction work: (7 9. List at least three related projects completed to date: SEE Pc C'1�1CY� P'RO� C�f s C0nn'eIC-IV 1g9q Dol a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee �K contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. CITYWIDE ARHM OVERLAY PROJECT BIDDER'S GENERAL INFORMATION CITY PROJECT NO.02-01 BID FORMS- PAGE 11 7/1102 GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 2001 (INCLUDES EQUITY PORTION OF JOINT VENTURES) Job# Type of Work Value of Work Performed Location of Work For Whom Work Performed 201487 Rancho Monterey Roadwork _ 201501 Rancho San Carlos Phase A Site Pre 9,471,826 Monterey, CA p 5,503,862 Carmel, CA New Cities Development 201519 Las Palmas Ranch Subdivision Rancho San Carlos 201528 Rancho San Carlos Phase B Site Pre 5,799,827 Salinas, CA Fletcher Construction Company 201541 Arooyo Seco Bridges p 4,169,561 Carmel, CA 3,680,009 Arroyo Seco, CA Rancho San Carlos 201547 Rancho San Carlos Phase 63 Site Prep 8,966,285 Carmel, CA Federal Hi hwa Adminstration 205252 HOV Lanes Highway Rebuild Rancho San Carlos 205259 Elk Grove Crossing- Roads&Streets 4,112,609 Sacramento CA CA De t. of Trans ortation 205270 Elkhorn Blvd Widening 4,847,828 Sacramento CA JAS Development Inc 205291 Hwy 49 Resurfacing 4,181,423 Sacramento CA Coun of Sacramento 205293 1-5 Overlay 5.194,964 Sacramento CATrans ortation 212137 SH58 Tehachapi Overlay 81266.491 Sacramento CA CA De t. of Transportation 212144 Hwy 58 Cache Creek Highway Rebuild 9,365,140 Tehachapi, CA CA De I. of Trans ortation 225282 Hwy 126 Widening 9,565,376 Bakersfield CA CA Dept. of Trans ortation 228010 Plant 42 Runway Repair 15,726,383 Valencia CA 3,817,304 CA Dept. of Transportation 214354 Hwy 65 Overlay in Porterville Lancaster CA U.S. Army CoD2s of Engineers 214368 Hwy 18 I near 1<erman Highway Rebuild 5,010,569 Porterville CA CA Dept. of Transportation 214372 SR 41 Fresno/Madera 9,089,319 Fresno CA Fresno Irrigation District 214379 1-5 Rubber open grade overlay 12,570,141 Fresno CA 5,583,813 CA Dept. of Transportation 214394 Hwy 33 Reconstruct and Overlay Leemore CA CA Dept. of Trans ortation 215390 Stockton Intermodal Site Prep 4,470,453 Coalin a CA CA Dept. of Trans ortation 215398 SJ Dept. of Aviation-Stockton Airport 34, 1 , Stockton CA ---Burlington Northern Santa Fe RR 215401 Holly Drive- Roads &Streets 4,218,65 653 Trac CA San Joaquin Dept. of Aviation 216311 Spring Mountain Road Overlay 4,811,038 Tracy, CA Cily of Tracy 216518 Quincy Overlay 6,301,098 Clark County, NV Coun of Clark 216562 Winnemucca Overlay 10,615.203 Nevada City, CA CA De t, of Trans ortation 216567 Hawthorne Overlay 9,063,999 Winnemucca NV NV De t. of Trans ortation 216569 Neonopolis Garage Structuire 9,133,171 Carson Cl NV NV De I. of Trans ortation I Z,797,1381 Las Vegas, NV Ci of Las Vegas _ Updrae: 03107/012 PdOted 4/20/2002 9:54 AM Wpreg101•aytprgmst0l\compjoba\Gmallyr Pepe 1 of 2 GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 2001 (INCLUDES EQUITY PORTION OF JOINT VENTURES) Job# Type of Work Value of Work Performed Location of Work For Whom Work Performed 216601FR way Frontage Roads 216615h Overlay 6,580,576 Clark County, NV County of Clark 216617 Restoration Area B 9,974,344 Tono ah NV NV De t. of Trans ortation 216633City Overalys 5,526,329 Reno NV Airport Aurthori ty 217301 US19i Coronado Bridge 5,805,533 Tahoe Cit CA CA De t. of Trans ortation 219279 Eagle Ridge Subdivision 4,064,080 Mor it AZ Phel s Dodge Morenci Inc. 219319 Patterson Ranch Subdivision 3.787,380 Mill it CA Sha ell Industries 225290 Hwy 111 Rancho Mirage Roads & Streets 3,595,700 Pleasanton CA Ponderosa Homes 226200 Navy Indefinite Quantity Paving 3,843,011 Rancho Mirage, CA Rancho Mirage Redevelo ment Agency 226403 Pala Road Bridge 6,092,321 San Die o CA Na Facilities Engineering Command 227005 Plaster City Site Work 4,980,886 Temucula CA Ci of Temucula 227008 Schok Toak Development Block-canals 4,591,031 Plaster City,CA BE & K Construction 227012 Rt 94 Overlay- Bakersfield 4,461,193 Tucson AZ Tohon O'Odam Nation 228100 , 15 Overlay- Barstow 3,955,885 San Diego, CA CA Dept. of Trans ortation 228102 Rt 15 Overlay- Bakersfield 5,329,206 Barstow CA CA Dept. of Transportation 232031 UTA- Railroad Corridor-Rapid Transit 9,362,546 Bakersfield CA CA Dept. of Transportation 235071 Elwood Highway Rebuild 50,331,303 Salt Lake City, UT Utah Transit Authority 300153 Camino Columbia Tollwa New Highway 12,002,240 Lake city, UT UT Dept. of Trans ortation 300101 1-4 West Forbes Rd Highway Rebuild y —Salt50,695,476 Dallas TX 55,480,366 Camino Columbia Tolhnra 300138 Western Beltway New Highway Hillsborough, FL FL Dept. of Trans ortation 13,572,036 Orlando FL Orlando Orange County Various Subtotal 462 720168 957,922 333 EQUITY PORTION OF JOINT VENTURES 300819 1-15 Highway Rebuild 316,786,699 Salt Lake City, UT UT Dept. of Transportation Total $ 1,274,709.032 Update: 0M7/012 Printed 4/28Y2002 9:54 AM N:\preg101ayprgmatDl\CompJobs\Gceelyr Pape 2 of 2 GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 2000 (INCLUDES EQUITY PORTION OF JOINT VENTURES) Job# Type of Work Value of Work Performed Location of Work 201433 Scotts Valle Drive Reconstruction For Whom Work Performed 201450 Las Palmas Ranch Subdivision 10 795160 Scotts Valle CA 201458 Seasca e U land Subdivision 3 370 873 Salinas CA Ct of Scotts Valle 205182 Natomas Levee& n Station 4354796 A tos CA LPR Associates L.P. 12 375 896 Sacramento CA Dividend Homes Inc..20 Prairie Ci HI hwa Rebuild Sacramento Area Flood Control A an 205237 SMF Terminal&A ron#2669 12 332 487 Folsom 'CA 205238 Camne Road Widenin 17 947 813 Sacramento CA CA De t.of Trans rtation 205251 Perimeter Road Sacramento State Universl 4 292 682 Elk Grove CA Coun of Sacramento 205263 Diamond Creek NRSP North 7 020 923 Sacramento CA Coun of Sacramento 12198 399 Roseville CA Trustees of the CA State Unlversi 205266 Atlantic Street Widenin Diamond Creek Partners LTD 205268 Del Webb Blvd.Lincoln Hill Subdivision 4,481,530 Roseville CA 20528 1-80 Overia 5 256120 Ltncoin CA City of Rosevilie 207503 Safe Area Gradtn Santa Barbara Ai ort 12 941 000 Sacramento CA Del Webb California Co ration 207510 Re air CDT Access Road 4 757 277 Santa Barbara CA CA De t, of Trans ortatton 207514 Rt 101/154 North Junction 3 249 952 Vand 01 AFB Lom oc C q CI of Santa Barbara 211363 Pavement Re airs Edwanis AFB 6 510 879 Santa Barbara Coun CA US Ann Co of En losers 211418 Pavement Ra airs Edwards AFB 5 981 925 Edwards AFB Palmdale CA Coun of Santa Barbara 225258 Pavement Re airs Edwards AFB 6165 243 Edwards AFB Palmdale CA USA Co of En sneers 225277 Plant 42 Rumva Repairs 7333447 Edwards AFB Palmdale CA US Am1 CO of En sneers 4798143 Edwards AFB Palmdale CA US Ann Co of En hears 212100 Lone Pine South 3 912 310 In o Coun CA US Arm Cc of En sneers 212102 SR 395/Coso Junctin CA De t.of Trans rtation 212127 SH 33 Marico a 3,600,466 In o Coun CA 3029413 Marico a Kem Coun CA CA De t. of Trans ortation 212135 Rt 58 Keen II 5 336 227 Tehacha 1 KernCounty, CA CA De t of Trans rtatlon 214360 Rt 152 Oveda Los Banos CA De t. of Trans ortation 215345 Thomas Ranch Subdivision 3 018 618 Los Banos CA 21W63 Castle AFB Landfill Earthwork Phase II 4 654 270 San Ramon CA New C t.s Trans rt nt 3,930,704 Castle AFB Atwater CA New Cities Deveio ment Grou 216388 H�hm- y 4 Overla an oaqu n, anis aus, a, Meth Kin -H5C-in CA 3,291,925 Counties CA CA De t. of Trans ortation 10ocailyr P"Ioq GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 2000 (INCLUDES EQUITY PORTION OF JOINT VENTURES) Job# Value of Work Type of Work Performed Location of Work 216107 AAWC Runwa 16R 4L Reconstruction For Whom Work Performed 216485 26 395 458 Reno Int I Ai ort Reno NV 395 Extension 56 886 730 Washoe County, NV At ort Authors of Washoe Cc 216498 1adendan-15 Brld a NV De t.of Trans rill h 21651 Henderson Execu Alr CL1998-01 5,949,769 116810 Las Vegas, NV Clark Coun Re tonal Trans nation 216510 Ve as Valle Drive CL 1998-184 3116 810 Henderson NV Clark Coun Re tonal Trans rtatlon 216518 #2866 Oasis 3158 430 Las Ve as NV Clark Coun Re tonal Trans nation 216529 East Valle Lateral 130 A 13 517 195 Elko Coun NV 17 653 096 Clark Coun NV De t of Trans rtaton 218536 #2879 S nar Summit 9 055126 Dou las Coun NV Southern NV WaterAuthod 2 8537 #2876 Slveetwater Road NV De t of Trans rtation 21'6538 #2880 Ni htin ale 6 411 016 L ons Coun NV 7 287 395 L ons Churchill Counties NV NV De t of Trans rtatlon 216544 #2886 Battle Mountain B ass NV De t.of Trans Ortatlon 216554 50 Oveda Tahoe 6093975 38 Battle Mountain NV 4 383 937 Lake Tahoe NV De t. of Trans rtatlon 216555 #2894 Golden Valle 4 264 407 Washoe Coun NV CA De t. of Trans ortation 2 6556 49 4 555 937 Siarra Coun CA Iliv De t.of Trans rtation 216557 C-1 Detention Basin PWP#CL1998339 CA De t. of Trans nation 216566 #2779 S rfn Mountain Interohan e 5 915 328 Clark Coun NV 12 992 557 Las Ve as NV Southern NV Water Authorl 216568 M931 Sand Mountain 3106 389 Churchill Coun NV NV De t.Of Trans rtatlon 216574 #2938 Gei er Grade 5 804 527 Churchill Coun NV NV De t.of Trans ortation 21 Graves Lane ExtenslonCC1999-559 NV Dept.of Trans ortation 216578 # ll ML Rose 5 590 456 Carson CI NV 5182 441 Wash Coun NV Ci of Carson 216579 #2952 Newmont Mine Road NV De t of Trans nation 216 1999 WC Overia WA 1999 618 511 i11 572 Carf(n NV NV De t.of Trans nation 216SU Truckea•Al orl ron 3136 002 Washoe Coun NV 3 556 078 Truckee CA Washoe Coun Public Works 218590 #2974 Lktla Antelo a Summit Truckee Tahoe At rt District 216597 S rks Blvd.Extension WA 1999-781 4 039 719 Eureka NV NV De t of Trans rtation 216604 Emerald Ba Overia 4039719 719 S arks NV Re tonal Trans ortatfon Commission 217233 Sabino Mountain Sitework 6 555 814 South Lake Tahoe CA 10 443 561 Tucson AZ 21 CA De t.of Trans ortation 7277 SR 901-10 TO Kartchner New H 16 90 RSRF Sabino Tenace Coma C 3 747 Benson AZ AZ De t.of Trans nation UPS CJJ07At _ - 10xallyr P.O.Zaa GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 2000 (INCLUDES EQUITY PORTION OF JOINT VENTURES) Job# Value of Work Type of Work Performed Location of Work 217282 6th Ave Reconstruction For Whom Work Performed 217283 Water Treatment Pump 3941422 Tucson AZ Ci of Tucson 217285 Overta Runwa 3/21 -Tucson AI ort 8 619 468 Globe AZ Pinal Creek Grou 217289 I-10 Picacho to Ptcacho Peak 3 234 622 Tucson AZ Tucson At ort Authorl 21729 I-10 Bowie B ass 5 294 583 Picacho AZ AZ De t.of Trans rtation 217297 Foothill Mali ansion 3,375,885 Bowie AZ AZ De t.of Trans ortatlon 219218 101 Lawrence resswa Rebuild 4346238 Tucson AZ Hiliwood Deveio ment Co radon 219227 237/Fairoaksffasman LI ht Rall 9185 885 Santa Clara CA 8 071 239 Santa Clara CA CA De t.of Trans rtatton _ 219252 880 Median Barrier 4 603 592 Oakland CA Santa Clara VI Trans rtation Autho 219280 17 8011 Nall Wall CA De Dt.of Trans Dortaflon 21102 Mt View Transit Center 3 396 853 Los Gatos CA 3 972 843 Mt.View CA CA De t.of Trans rtatton 225225 87 Coachella Santa Clara My Trans rtatton Autho 225270 Desert Resort Auto Center 17 810 942 Coachella CA CA De t of T 4 825 652 Indio CA rans nation 225285 CVWD Whitewater Reach E 5 651 739 Coachella CA Riverside Coufi EPA 227004 Gatawa Los Alamos Infrastructure 3 225 807 Im edal Coun CA Coachella Valle Water District 227006 Rt 115 Holtville 3 250 640 Im erlal Coun CA Im edal Coun Facllittes District 232045 Jordan River Blvd. 5 894 771 Salt Lake Cl UT CA De I.of Trans rtatton 232049 1-80 Silver Creek AVanshlp Rebuild 13 673 614 Summit Coun 11T UT De t.of Trans r atton 232059 Wolf Creek Road Overia 3 882 817 Wasatch Coun CA UT De t.of Trans ortation 300093 US 5 Central Ex resswa Rebuild 115160 925 Dallas TX Federal Hi hwa Administratton 300137 BigBrown Railroad 52 482198 Kirvin TX Tx De t of Trans ortatlon 300102 1-4 SR 400 Mcintosh/Forbes Rebuild Texas Utillties ElecMc Com a 300139 Western Beltway#604 New H 17 040 927 Hillsborou h Coun FL i8123 072 Orange Coun FL FL De t,of Trans rtatton Various 263 532 210 Orlando Oran a Coun Subtotal 1 021 074 031 EQUITY PORTION OF J01NT VENTURES 300809 East Dam Embankment 71 853 762 Hemet CA 300847 1 -17 Thomas to Peoria Rebuild 47 442 521 Phoenix AZ Metro olitan Water District Total $ 1 140 370 314 AZ De t. of Trans ortatlon updttK 0.mmi P+fl.aaa GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 1999 (EXCLUDES JOINT VENTURES) Via. n' Y!? Of4Akkx�riy >t '>a3i YaSt�� frF�Qf�#lk{C s F<tYj <sf y sh �c w . ,`.'+ 'x� 51'x,.a(o` 7'ss logOCn'3Q�( uaws'� `�2 "EQ 'a 201439 Eme en Brid a Work y '��+ `� caa t 201443 Camtef Hi hfands Culverts $ 6857014 San Benito Coun CA F2127"77 Phase 1 Develo ment Site Pre . 4 808 460 Carmel CA Coun of San Benito HOV LaneswayRebuild 7 450 130 Carmel CA CA De t of Trans ortation Ai ort Phase 2C Access Roads 10 464 421 Sacramento Coun CA Rancho San Carlos 50 Oveda 3,965 468 Sacramento CA CA De t. of Trans rtation 101 Oveda 9 815 808 EI Dorado Coun Cq . Coun of Sacramento 395 New Hi hwa 4 668133 Santa Made CA CA De t.of Trans ortation Stte Pre eration 11 140 826 Lone Pine CA CA De L of Trans ortation H 58 OI'llveda 4 891 401 Califomla Ci Cq CA De t. of Trans ortation Fox Field Al ort 1m rovements 4 203,886 Kem Coun CACentrex Roone Construction Co H 41 New HI hwa 3730 000 Los An ales Coun CA CA De t.ons ortation Wes track 10 881 502 Fresno Coun CA Coun of Los An ales 216269 Center street Bride 3 563 953 Carson Ci NV CA De t. of Trans ortation 216317 1-80 Oveda at Imla 4160 072 Reno NV Hod as Trans ortation 218380 Iiii'll 1111111 rant Pass Oveda 7 585 986 Hum1 11 Pershin Counties NV NV De t. of Trans ortatfon 216470 Rutwia Reconstruction 6 494 232 Humboldt Coun NV NV De t. of Trans ortation 216520 UNR Fire Treinin Academ S(te Pre 37124 820 Reno NV NV De t. of Trans ortatlon 216530 South Terminal Aaron Reconstruction 3 695 221 Carlin NV ort Authod Washoe Cou 217173 I-10 New Hi hwa Fronta a Roads 5 451 212 Reno NV Clark&Sullivan Contractors 217231 Fin er Drains 21 698 672 Tucson A7 Af ort Authod Washoe Cou 217252 Pinal Creek PI alines 5 560 307 Star o Can on AZ De t. of Trans ortation 217267 H US 93 Rebuild 3 608 647 Cla ool AZ Phel s Dod a Morencl Inc. 217269 1-10 Oveda at Mountain View 3 829 769 Yava ai Coun AZ Pinai Creek Grou 2i7270 1-10 Red Rock Sectfon Oveda 3 617 315 Pima Coun AZ AZ De t. of Trans rtation 217271 Hohokam Ex re Rebuild 3 842 783 Tucson AZ De t. of Trans ortatlon 3,837,528 Tucson, AZ AZ De t,of Trans ortation AZ De t. of Trans ortation UPd t.3MM k'��'MPtCmtt991comppbtlGtnllyr Pw.+ax GRANITE CONSTRUCTION COMPANY PROJECTS COMPLETED IN 1999 (EXCLUDES JOINT VENTURES) �+�,�y R)'��,9;R^��',3;:'3,tai¢3frr�A'a'a:� lo'.•,i.v.. •%G'.':zi 5 iA"�L.,:>f,y3%. �) �. ,may �' ;::�,;,Y'�S€yy.+ryy<'+^ 'Ey��?? „$,:.OfsS€�`•- .,¢> '4vF> y., 9,h; yh,:r.:,.rv.:,,w:.�;'Y.Y;,bF.:,�::. :v;R:#I7K�x�irss'si?'�"y:`s,..<�''" "z;is. ' tt. 217279 Treatment Plant Site 2 Pre aration '"�`'�,�44a���wgf�{?�4�K � s"• '� „�F� „ 99172 1880 ai Thomtort Hi hwa Rebu(Id 6 175 848 Cla 001 AZ 0 219212 T.O.S. Rams 15 338 977 Fremont CA Pinal Creek Grou 219237 101 At Britton Ave. Rebuild 3 708 248 Mil Etas CA CA Ds t.of Trans orfation 219268 Isabel Avenue Extension 5179 008 San Carlos CA Rosendin Electric 225253 Mid Vaile parkwa Bride 7 609 743 Livermore CA Ci of San Carlos 225322 Chdsto herhilt Subdivision Site Work 7 997 960 Palm S d s CA Ci of Livermore 0 225328 Erne en Canal/Foreba Re air 5 887 638 San Dia o CA Ci of Palm S rtn s 225370 Calexico Oveda s 7 223 883 Los An etes Coun CA ONA Homebulldin Partners 232068 Runwa 8/26 Construction 3 729 991 Calexico CA De artment Water Resources 232050 I-80 Coalvilie/Echo Jct. Rebuild 4 923 224 Wendover UT Ci of Calexico 232052 Deer Crest Subdivision Site Work 5 562 230 coal III UT Ci of Wendover 300098 POIk Parfcwa New Hi hwa 10 745 837 park Ci UT UT De t.of Trans ortatlon 300 SH-66 Hi hwa Rebuild 51 010 475 Polk Coun FL Deer Crest Associates 300103 103 IH.30 Bobtown/Beltline Rebuild 30 319153 Rockwall TX FL De t.of Trans rtation 300134 Dallas Loo 12 Brid a 19 825 674 Mes uite TX TX De t.of Trans ortatlon 300135 Al rt A ron/Taxiwa 5 050 459 Dallas TX TX De t.of Trans ortation Various 17 357190 Dallas/Fort Worth TX TX De t.of Trans ortation ota 522 037 541 DWF International Ai crt Autho 928,640,650 • uvQ+a amuoo ' e k�GN9'�YV�Cm�t99rcrospJpbi\Geunyr �2or$ CITY PROJECT NO . 02-01 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: QPOFESS/O� aiQPQGJS L . RGlgl� 2 �9 G' m No.57271 m a /k�t�4d&� Exp Marcus L. Fuller `plq CIVIL �9Q Senior Engineer �OFOAUFO� Civil Engineer C 57271 Approved by: David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 CITYWIDE ARHM OVERLAY PROJECT SIGNATURE PAGE CITY PROJECT NO 02-01 7/1/02 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 Drawings CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO.02-01 GENERAL CONTENTS -PAGE 1 7/1102 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO. 02-01 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 CITYWIDE ARHM OVERLAY PROJECT PART 1 CONTENTS CITY PROJECT NO.02-01 PAGE 1 711102 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing the Citywide ARHM Overlay Project Project No. 02-01 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Citywide ARHM Overlay Project will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 2 : 00 P.M. on July 26, 2002, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of ARHM overlay, cold planning and grinding of existing asphalt concrete pavement, traffic striping and markings, construction of new asphalt concrete pavement; and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A, B, C and D 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, C and D inclusive, payable to the City of Palm Springs . N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR' S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class "A" or "C-12" Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. CITYWIDE ARHM OVERLAY PROJECT NOTICE INVITING BIDS CITY PROJECT NO.02-01 PAGE 1 6/20/02 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 equivalentivalue with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS : (a) Contract Documents may be ,inspected without charge at the office of the City Engineer, 3200, East Tahquitz Canyon Way, Palm Springs, CA 92262 . (b) Complete sets of said Contract Documents may be purchased at $35.00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon, Way, Palm Springs, CA 92262 . No refund will be made of any charges for sets of Contract Documents . (c) An additional fee of $20 . 00 will be charged for sets of documents sent by mail. N-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. BY ORDEIR OF THE CITY OF PALM SPRINGS Date '.J6'j UJ ` 00-2� CITY OF PALM SPRINGS By XJL yA David J. Barakian, PE Director of Public Works / City Engineer City of Palm Springs CITYWIDE ARHM OVERLAY PROJECT NOTICE INVITING BIDS CITY PROJECT NO.02-01 PAGE 2 6/20102 ' CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (a) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (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 CITYWIDE ARHM OVERLAY PROJECT INSTRUCTIONS TO BIDDERS CITY PROJECT NO.02-01 PAGE 1 711/02 Documents. All additional lards 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'i 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 bey 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 Band, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein,''or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. 131D 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's 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 at 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 51 DO et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK — (a) The quantities of work or material stated in unit!price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. CITYWIDE ARHM OVERLAY PROJECT INSTRUCTIONS TO BIDDERS CITY PROJECT NO.02-01 PAGE 2 7/1/02 (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES -Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT -The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION - (a) In determining the lowest responsible Bidder, the following provisions of Section 3.12.205 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (h) 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"). CITYWIDE ARHM OVERLAY PROJECT INSTRUCTIONS TO BIDDERS CITY PROJECT NO.02-01 PAGE 3 7/1/02 12) The prime contractor shall submit evidence of isuch 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 - CITYWIDE ARHM OVERLAY PROJECT INSTRUCTIONS TO BIDDERS CITY PROJECT NO.02-01 PAGE 4 7/1102 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO. 02-01 Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details CITYWIDE ARHM OVERLAY PROJECT PART II--SPECIAL PROVISIONS CITY PROJECT NO. 02-01 GENERAL CONTENTS- PAGE 1 7/1102 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO. 02-01 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1 .1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook") , 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 said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans, " it shall mean the Standard Specifications for Public Works Construction ("Greenbook") , 2000 Edition, as previously specified in the above paragraph. CITYWIDE ARHM OVERLAY PROJECT TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 1 -PAGE 1 7/1/02 1-2 LEGAL ADDRESS 1-2 . 1 Legal Address of the City. = The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Barakian, P.E. the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2 .3 Legal address of the City' s Project Representative. - The name and address of the City' s designated Project Representative shall be the Engineering Field Supervisor, City of Palm Springs, Public Works and Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262,, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3 . 1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government' Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner - The Owner shall be the Agency, as defined above. Working Day - A Working Day is defined as any day, except as follows: (a) Saturdays, ,Sundays, and any designated legal holiday officially observed by the City of Palm Springs. IDesignated legal holidays are: New Year's Day, Martin Luther King Jr. Day, Lincoln's Birthday, President's Day, the last Monday in May, July 4, the first Monday in September, Veteran' s Day, Thanksgiving Day and the following Friday, Christmas Eve and Christmas Day. When a designated holiday falls on a Saturday, the Friday before the holiday shall be a designated legal holiday. When a CITYWIDE AFIIiM OVERLAY PROJECT TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 1 - PAGE 2 7/1/02 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 — CITYWIDE ARHM OVERLAY PROJECT TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 1 - PAGE 3 7/1/02 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, C, and D 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: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 15 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. CITYWIDE ARHM OVERLAY PROJECT SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 2- PAGE 1 711/02 The Work identified in Bid Schedule D shall be diligently prosecuted to completion before the', expiration of: 5 WORKING DAYS from the date specified in the Notice to Proceed from the City. As set forth in the Agreement, the, Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2 . 1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written �acknowledgement by the Bonding Company that said Bonding Company thereby waives the right. of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of ',sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk' s certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds . If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995 . 510 shall be , met to the satisfaction of the City Engineer. 2-3 ]PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5. 2 of the Standard Specifications shall be revised to read as follows : In resolving disputes resulting ,from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda CITYWIDE ARHM OVERLAY PROJECT !, SCOPE AND CONTROL OF WORK CITY PROJECT NO,02-01 SPECIAL PROVISIONS-SECTION 2- PAGE 2 7/1/02 4. Contractor's Bid (Bid Forms) 5. . Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications II. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows : 112-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 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. CITYWIDE ARHM OVERLAY PROJECT SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 2- PAGE 3 7/1102 2-6 PROTECTION OF SURVEY MONUMENTSI It shall be the Contractor ' s responsibility to protect ail the existing survey monuments, bench marks, survey marks and stakes . Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor' s expense. Any existing monument shall not be ,disturbed. The Engineer will maintain a survey location check on the monument without cost to the Contractor. The Contractor is advised that any resetting of monuments will be performed by the City' s survey crew. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal . The Contractor shall be financially responsible for reinstalling the existing monument well, and the City' s survey crew will reset the monument. 2-7 SURVEYING - It is the Contractor' s responsibility to provide all construction staking , and field marking for job limits, saw-cut lines and removals; the Engineer reserves the right of final approval for all construction surveying provided in the field to determine that construction of improvements conform to approved plans. The contractor shall provide all construction surveying as required by the Engineer or his representative. 2-8 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of '!the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer' s decision' shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may ' fail to carry out promptly. 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and 'shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans .' All labor, materials, and equipment furnished shall be subject to the Engineer' s inspection. When the Work is substantially completed, a representative of the Engineer willlmake the final inspection. CITYWIDE ARHM OVERLAY PROJECT SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 2-PAGE 4 7/1/02 2-10 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents . 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. 2.12 SUBMITTALS The following provisions shall 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 CITYWIDE ARHM OVERLAY PROJECT SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 2-PAGE 5 7/1/02 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 CITYWIDE ARHM OVERLAY PROJECT CHANGES IN WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS- SECTION 3- PAGE 1 7/1/02 exceed the Engineer' s Estimate ltherefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such) excess will be made as provided in Section 3-3. 2 of the Standard Specifications, as amended in these Special Provisions . Such adjustment of the Contract Unit Price will be the difference between the Contract 'Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of, work include fixed costs, such fixed costs shall be deemed' to have been recovered by the Contractor by the payments made for 125 percent of the Engineer' s Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3 .2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer' s Estimate is less than $5, 000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the: Contractor. 3-2', .2 .1 (c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer' s Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an, executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were! to paid for as extra work as provided in Section 3r3 . 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 CITYWIDE ARHM OVERLAY PROJECT �� CHANGES IN WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 3-PAGE 2 7/1102 payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs . Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3. 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer' s Estimate of the quantity for such item at the original Contract Unit Price . 3-2 .2 .1 (d) Eliminated Items on Unit Price Contracts: On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material . The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - CITYWIDE ARHM OVERLAY PROJECT CHANGES IN WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 3-PAGE 3 7/1/02 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 CITYWIDE ARHM OVERLAY PROJECT CONTROL OF MATERIALS CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 4-PAGE 1 711/02 the City. The Contractor shall 'Ifurnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract. END OF SECTION - CITYWIDE ARHM OVERLAY PROJECT CONTROL OF MATERIALS CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 4- PAGE 2 7/1/02 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 . 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. CITYWIDE ARHM OVERLAY PROJECT UTILITIES CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 5 -PAGE 1 7/1/02 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 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of , all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water valve covers and sewer manhole covers shall be adjusted to grade by the Contractor. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work. I END OF SECTION - CITYWIDE ARHM OVERLAY PROJECT UTILITIES CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 5 -PAGE 2 7/1102 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. Tony Edison (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 778-3400 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 UNDERGROUND SERVICE ALERT (800) 227-2600 CITYWIDE ARHM OVERLAY PROJECT PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 6- PAGE 1 7/1/02 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference. END OF SECTION PROSECUTION, PROGRESS, CITYWIDE ARHM OVERLAY PROJECT AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 02-01 �', SPECIAL PROVISIONS -SECTION 6 - PAGE 2 7/1/02 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 . I£ any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing. " 7-2 Hours of Labor. - Eight hours labor constitutes a legal day' s work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours . The Contractor shall forfeit, as a penalty to the City, $25 . 00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay- 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 1 7/1/02 request. The Contractor shall post a copy of such determination at each job site. 7-4 Travel and Subsistence Payments. - As required by Section 1773 . 8 of the California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids . 7-5 Unpaid Claims . - If, at any time prior to the expiration of the period for service of a Stop ';Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractorlupon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the ',City between the escrow agent and the City, which provides that 'no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily ,completed until at least 30 days after filing by the City of a Notice of Completion. CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 7-PAGE 2 7/1102 Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-7 Resolution of Construction Claims. - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non- binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, if the amount of the claim is more than $50, 000, but less than $375, 000 . If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than $50, 000, but less than $375, 000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City' s response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 7- PAGE 3 7/1/02 If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention;!, Inspection; Noncompliance Penalties; Rules and Regulations . , - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed' by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1. A certified copy of an employee' s payroll record shall be ',made available for inspection, or furnished to the employee, or his or her authorized, representative on request. 2 . A certified copy ' of 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 CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 4 7/1/02 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 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. CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 7-PAGE 5 711/02 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 lstlof that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10, 000, nor be less than $1, 000 . Retentions for failure to submit satisfactory payrolls shall be ; in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-9 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do , business in the state of California, (2) with companies with a Best ' s Financial Rating of VII or better, and (3) with companies with a Best ' s General Policy Policyholders Rating of not less than A, except that in case of Worker' s Compensation Insurance, participation in the State Fund, where applicable, is acceptable. The limits of liability for insurance, as required by Section 7- 3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations: 1. Workers ' Compensation: a) State: Statutory Amount Or minimum $1, 000, 000 b) Employer' s Liability: $1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 1, 000, 000 i Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage: $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 6 7/1/02 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 7-10 PERMITS 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City' s Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. 7-10.2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. 7-11 SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section 7-16 of these Special Provisions . The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 7 -PAGE 7 7/1102 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. 7-12 DUST CONTROL 7-12 .1 General The Contractor shall be responsible for stabilizing the disturbed soil and providing adequate dust control 24 hours a day, every day, through the duration of the project . The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323- 4971 to obtain said meter. The ' cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made 'therefor. 7-12 .2 Payment. - Full compensation for providing 24 hour dust control and project maintenance; shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. END OF SECTION - CITYWIDE ARHM OVERLAY PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 7- PAGE 8 7/1/02 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. CITYWIDE ARHM OVERLAY PROJECT MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 9-PAGE 1 7/1/02 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 belfurther 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 15 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 CITYWIDE.ARHM OVERLAY PROJECT MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-01 SPECIAL PROVISIONS -SECTION 9 -PAGE 2 7/1/02 Standard Specifications and these Special Provisions. 3 . Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7- 8 . 4, "Sanitation" of the Standard Specifications . 4 . 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 . 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 - CITYWIDE ARHM OVERLAY PROJECT MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-01 SPECIAL PROVISIONS-SECTION 9-PAGE 3 711102 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL, 10-1 .1 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: 10-1 .2 LOCATION General Location of Work: - Stevens Road from Indian Canyon Drive to east end. - Crossley Road from Mesquite Avenue to approx. 300' south of 34T11 Avenue. - Calle Abronia from Ramon Road to Camino Parocela. - Calle Palo Fierro from Sunny Dunes Road to North Riverside Drive. 10-2 TRAFFIC CONTROL 10-2 .1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety, " of the Standard Specifications . 10-2 .2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use . 10-2 .3 Construction Signing, - Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES" dated 1996, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO.02-01 CONSTRUCTION DETAILS 6/20102 SECTION 10-PAGE 1 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, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 , calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares (Crossley Road) 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 Allowable Lane Closures . Travel Lanes . - On Crossley Road, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full :use of two lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. 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 . IB Traffic Access and Control. - The Contractor shall provide and maintain all necessary 'ltraf£ic 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 CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 2 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 - Payment for traffic control will be included in the lump sum bid item for "Traffic Control" , which price shall include full compensation for completion of all such work as required hereunder. 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 . 10-3 Earthwork 10-3.1 Clearing and Grubbing. - All clearing and grubbing shall conform to sections 300-1. 1, 300-1 .2, and 300-1. 3 of the Standard Specifications. Clearing and Grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. 10-3. 1 . 1 Existing Facilities . - It shall be the Contractor' s responsibility to protect all existing improvements not designated CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 3 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 are 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. Damaged or removed bikeway or traffic striping shall be replaced by the Contractor with permanent ,, striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-3 . 1 .2 Approval of Repairs. - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work'. 10-3.1.3 Payment. - The cost of clearing & grubbing shall be considered included in the various bid items of work and no additional compensation will be made therefor. 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 will not be allowed to stockpile removal material on adjacent lots with or without the permission of the property owner. 10-3 .2 .2 Asphalt Concrete Pavement - Removal of existing asphalt concrete pavement shall be done to neatly sawed edges, as shown on the plans or as directed by the Engineer. Payment for .removal of asphalt concrete pavement will be made at the unit price bid per square foot for "Remove Existing A.C. Pavement" , which price shall constitute full compensation for saw- cutting, removal and disposal of all resulting materials and no additional compensation will be made therefore. CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 4 10-3.2 .3 COLD PLANING 10-3 .2 .3.1 General. Existing asphalt concrete pavement shall be cold planed in a triangular cross-section to a maximum depth of 19' or 11i" , 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 .2 .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 .2 .3 .3 Payment - Payment for cold planing header cuts shall be made at the unit price bid per 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 .2 . 4 Existing Pavement Maskers. Contractor shall remove all existing raised pavement markers within the limits of the project . 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. 10-3. 3 Unclassified Excavation 10-3. 3 .1 Unclassified Excavation. - Unclassified excavation shall consist of all excavation, including roadways. 10-3.3 .2 Selected Materials. - The text of Subsection 300-2 . 7 of the Standard Specifications is hereby deleted and replaced with the following: CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20102 SECTION 10-PAGE 5 "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 .3 .3 Payment. - Payment for unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation will be made 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 . 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 . 10-4 . 1 .1 Grade Tolerance. Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0 . 05 feet above or below the grade established on the project plans . 10-4 . 1 .2 Watering. Water for use in subbase preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits. Water shall ; be applied to compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process . 10-4 . 1 .3 Payment. - Payment for preparation of subgrade shall be considered as included in the various bid items of work, and no additional payment will be made therefore. 10-5 ASPHALT-RUBBER HOT MIX OVERLAY 10-5 . 1 General - Asphalt-Rubber Hot Mix Overlay shall conform to Section 203-11, "Asphalt-Rubber Hot' Mix (ARHM) Wet Process" of the Standard Specifications, and shall be class ARHM-GG-C. 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. ', CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6120102 SECTION 10-PAGE 6 10-5.2 Tack Coat. Tack coat shall be a SS-lh emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for ARHM overlay, and no additional payment will be made therefore. 10-5.3 Distribution and Spreading - All ARHM overlay work shall comply with Section 302-9 "Asphalt Rubber Hot Mix (ARHM)" of the Standard Specifications . Contractor shall provide surface temperature readings with an infrared heat measurement device when requested by the Engineer. 10-5. 4 Payment - Payment for ARHM overlay shall be made at the unit price bid per square foot for "Construct 11� 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. 10-6 ASPHALT CONCRETE 10-6. 1 Asphalt Concrete Pavement. Asphalt concrete pavement shall be laid in 1 lift. The lift shall consist of 2 If inches of type C2-AR4000 asphalt concrete pavement. This mixture of asphalt concrete shall be placed on a prepared subgrade. 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 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. 4 Measurement and Payment. Payment for Asphalt Concrete shall be made at the unit price bid per square foot for "Construct 21X" AC Pavement" , as shown on the plans, as specified in the Standard Specifications, in these special provisions, and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefor shall be included in the unit price bid for asphalt concrete. CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 7 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, preparation of subgrade and tack ', coat, in accordance with the standard specifications and these special provisions. 10-6.5 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 . 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. 10-6. 6 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 . 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. 10-7 STRIPING AND PAVEMENT MARKERS 10-7 .1 Temporary Striping. -- Whenever the Contractor' s operations obliterate pavement delineation (painted lines, raised pavement markers, painted markings, or legends) , such pavement delineation shall be replaced in kind by the Contractor by either permanent or temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L") which shall be applied in accordance with the manufacturer' s most current published instructions . Temporary delineation shall be of the same color as the permanent delineation., 10-7 . 2 Pavement Markings -- Pavement markings shall conform to the provisions in Section 210-11. 6 . 1 "General" and 210-1 . 6 .2 "Thermoplastic Paint, State Specifications, " of the Standard Specifications and these Special Provisions . 10-7 .3 Applying Pavement Markings and Striping -- Traffic legends, arrows, stop bars and bikbway striping shall be applied in accordance with section 310-5 . 6 of the Standard Specifications, using thermoplastic paint . CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO.02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 8 10-7 .4 Night Operations. -- Bikeway striping, legends, and pavement markings may be installed at night when approved by the Engineer. Otherwise, the Work shall be executed only during the working hours discussed in Section 6, Subsection 6-2 . 1, "Working Hours and Days, " of the Special Provisions . 10-7.5 Compatibility. -- The Contractor shall contact the Traffic Maintenance Supervisor of the City at (760) 323-8169 a minimum of 2 working days before any legends are painted on City streets, to ensure that the patterns the Contractor is using match the patterns used by the City. No other patterns will be allowed to be used except those patterns that match the City' s . 10-7 . 6 Payment. - Payment for Traffic Striping and Pavement Markers shall be made at the lump sum price bid for "Traffic Striping and Markings ' ' , and no additional compensation will be allowed therefore. 10-8 RAISED PAVEMENT MARKERS 10-8.1 Removal of Existing Pavement Markers. Removal of existing pavement markers shall conform to Section 312-3 "Removal" of the Standard Specifications. 10-8 .2 Pavement Markers -- Pavement markers shall conform to the provisions in Section 214, "Pavement Markers," and shall be installed in accordance with Section 312-1, " Pavement Marker Placement and Removal," of the Standard Specifications, and these Special Provisions . Epoxy adhesive per section 214-6 of the Standard Specifications shall be used for installation of all raised pavement markers . All existing raised pavement markers shall be replaced, and new markers of either reflective or non-reflective type installed as necessary to meet the appropriate Caltrans standards for the roads within the project. All lane lines and centerlines delineated within the project, including those streets currently delineated with paint or thermoplastic, 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 the Contractor. CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 9 10-8 .3 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal . Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant . When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each ! shall be placed 6 inches from the centerline of the half-street closest to the fire hydrant and on a line perpendicular to the fire hydrant . 10-8 .4 Payment - Payment for installation of new raised pavement markers shall be made at the lump sum price bid for "Traffic Striping and Markings ' ' , and shall 'include full compensation for, providing and installing new raised pavement markers and all other appurtenant work, and no additional compensation will be allowed therefor. Payment for removal of existing raised pavement markers shall be considered as included in the various bid items, and no additional compensation shall be allowed therefore. 10-9 CRACKFILLING 10-9. 1 DESCRIPTION - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks in excess of IV' wide, as generally indicated on the Drawings. 10-9. 2 Material. - Crack filling material for all pavement cracks shall be type E-AR4000 asphalt concrete per Section 203-6 of the Standard Specifications . 10-9. 3 Preparation of Cracks - All cracks to be filled shall be swept and cleaned by air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. All cracks and joints shall be treated with an approved weed killer at least seven (7) days before sealant application if weeds or other plant material are present in the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer' s specifications . 10-9.4 Asphalt Concrete Placement. Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and lvoids, and achieves required density and compaction. CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 10 10-9.5 Payment - Payment for the installation of asphalt concrete as crack filling material shall be made aL the unit price bid per linear foot "Crack Filling" , and shall include preparation of all cracks, application of weed killer, (as required) and installation of type E-AR4000 asphalt concrete, and shall be considered as full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and no additional compensation will be allowed therefor. END OF SECTION CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 11 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX CITYWIDE ARHM OVERLAY PROJECT CITY PROJECT NO. 02-01 - City of Palm Springs Standard Drawings Drawing No. 110 - Street Pavement Requirements Drawing No. 402 -Top of Manhole Detail Drawing No. 625 - Traffic Legend Detail Caltrans Standard Plans Plan No. A20A Plan No. A20B Plan No. A20D Plan No. A24A CITYWIDE ARHM OVERLAY PROJECT SPECIAL PROVISIONS CITY PROJECT NO.02-01 CONSTRUCTION DETAILS 6/20/02 SECTION 10-PAGE 12 NO. REVISIONS APPROVED DATE R R STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2.00.1- CENTERLINE TO LIP OF GUTTER I 2 00% CENTERLINE TO LIP OF GUTTER i ASPHALT CONCRETE PAVEMENT OVER 1 COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW IPC.0 CURB AND GUTTER PER C.P.S. STD. DWG. 200. STREET WIDTH CROWN HEIGHT 84' .84 76' .76 64' .64 52' .52 40' 440 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 II LIFT) 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 (2 LIFTS) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM. ALL SECTIONS 'TO BE VERIFIED BY SOILS ANALYSIS BY LICENSED SOILS ENGINEER. 2. ASPHALT RUBBER HOT MIX A.R.H.M.) IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER, MIN 2" NEW CONSTRUCTION MIN. I-I/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 CITY OF PALM SPRINGS APPRO DATE: /11-94 DEPARTMENT OF PUBLIC WORKS —` 2 31 CITY ENGINEER R.C.E. DRAW BY: S J G FILE No. STANDARDS STREET PAVEMENT REQUIREMENTS CHECKED BY. E R F. DWG NO. 110 NO. REVISIONS APPROVED DATE P.C. CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND (560-C-3250-6 SACKI COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S. STD DWG. NO 400 10 1/4" Ifyp) 0 m fn N •• ASPHALT CONCRETE • • � E— PROVIDE 9" ADJUSTMENT PAVEMENT. THICKNESS •• 3-24"X3" GRADE RINGS AS SHOWN ON PLANS :t 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 13I0/I", I I/4", 2", AND, I3I2/1", I 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (619) 474-6481. 2. MAXIMUM OF 3 GRADE RINGS. CrFY OF PALM SPRINGS APPROVECj� DATE: 31 DEPARTMENT OF TRANSPORTATION CITY ENGINEER R.O.E. TOP OF MANHOLE DRAWN BY. FILE NQ RBJ STANDARD DETAIL CHECKED BY DJB DWG. NO 402 NO. REVISIONS APPROVED QATE STOP BAR TtRA IN THE MIDDL NEAREST TH 8' HANDICAPPED RAMP CL OF ROADWAYCE of CURB 4' 8. NOTE: ALL STENCILS STOPrNNED TO BE CAL. TRANS METRIC. ITEM TYPE CL OF ROADWAY STRAIGHT ARROWS TYPE I URB CURVED ARROWS TYPE IV DROP ARROWS TYPE VI SEE ATTACHED LIST FOR ' ADDITIONAL SPECIFICATIONS. STOP BAk LEGEND DETAILS of pAL4 So Z City of Palm .Springs �. Traffic Engineering Div. cf41F APPROVED BY: DEAN LEWIS TRAFFIC ENGINEER APP. C.C.RES. MO., DATED - CITY OF PALM SPRINGS o ED: DATE t4 tick•q© DEPARTMENT OF COMMUNITY DEVELOPMENT � ' AQ la"n i CITY ENGINEER DRAWN BY: R _ J FI,LE NO:STANDARDS TRAFFIC LEGEND DETAIL CHECKED BY: Q,L DWG. NO. 625 Ij I I CENTERLINES °"° j (2 LANE HIGHWAYS) LANELINES cmncmu oni�uc a o °c DETAIL I - (MULTILANE HIGHWAYS( 11 2.14 m 5JB m 2.14 m .V 5.10m ,2.19m k Lwxs vac A9pAS wJ.FEN eo i ® ® ® e ov r. TE w n.o-z-se C E -_ DETAIL 8 G' wi..`.�i��..,.k�.` .�.,>r. ° rc DETAIL 2 1464 In 2J4 m 5.1e m 2.14 m 5,19 m x.w m ►- z-s9,I m, slam 12;14 m1z59m ��IO o NO PASSING ZONES-ONE DIRECTION -_ -�2"m 5JB m Itu mI 5,18 In 2J9 m 75 DETAIL 9 DETAIL 15 -� DETAIL 4 1q.64 m y A.64 m y .59 m 2.R m SIB m x.14.4.597.1 R.64 m f .44 m.2.44 m 4.ee m .0 m zA4 m 0 O 0 DI 4 f� ,59 R m2.59 !9 ®-L75 y 1. 22 1.22 m-H H- yT DETAIL 5 DETAIL 10 DETAIL 16 3.66 IT I0.913 m 3.66 m y12.44 m ,44 m "WA m 141m .94 m y® 7.32 m ® 7,32 m �T5p 9m � 000 O O O 0 �.� ,94 ,M m .94 i.32 In T5 W DETAIL 6 I DETAIL 17 99 ® 0 0 M 0 0 0 E 14.64m M0008 ®A® ® ® ® GMT f sA9 m 3.66 m 4 m DETAIL 11 y - 1-1.22 m y 3.66m 109em y36� 6m� f�m 3.661, 109Em ( 366 inm i5 O 'DETAIL 7 �► DETAIL IB T M.6A m y �� 5.49 m 3.66 m 5.49 m DETAIL 12 �� 1.41 m 366 m 549 m ®_LT ri5 'O ® ®® ® ® ® 14.61 m ® r -► Lzz m� � �� WAD in .66 m s.49 m DETAIL 19 1T y �01 y® 7.32m A T32m 3150 = MARKER DETAILS 14.64 m LEGEND I6-2p DETAIL 13 f� 5.49 m 366 op TS s49 m a MARKERS � -1 1464nm ® ®® ® N�1 y 4 m 3.66 5.99 m DETAIL 20 0® ®® ®® 0 22 T ® ®® ®T Q TYPE d White Non-reflective L5-4s _SDI 0 0 0 0 0 � 1.22 m-I I- y � 1--1.22 m -_ ® TYPE AY Yellow Nan-reflective E NO PASSING ZONES-TWO DIRECTIONS ® TYPE C Red-clear Reflective Reflecilve Face DETAIL 14 ®TYPE pTwo-way Yellow Reflective mo 4392 m DETAIL 21 T 0 TYPE G one-way Clear Reflecilve TYPE A & TYPE AY m o0 M 69 m 4 14.54 y �► 66. ® TYPE H One-way Yellow Reflecflv. m I32 m 132 m 50 022 m 0000 00000 �- H 9e-105 99-105 y J 1-1.22 IT LINES DETAIL 22 T� 100 am Wrnts m-1� 10-19 DETAIL 14 100 mm Yellow /� WIMMEWRINy y y 7.32 m 7a2 m sa E� Direction of Travel ► y ® 000 00 0 0 0 0 ® ® ®® ®ri5 / DETAIL 23 G1 0 0 0 0 0 0 0 0 6 0 0 ®T 9392m pem 93,921 O.Bm 4ffim gpm ki y I NOTES TYPE C & TYPE G & -1-` 9 STATE OF CALIFORNIA .22 m L Mmlmum Oro ace z 5 a of TYPE D TYPE H DEPARTMENT Or TRANSPORTATION r.fl.0Iv. face :65 seder. mRRme}ere DETAIL 3 PAVEMENT MARKERS AND TRAFFIC LINES 2.Reflecilve markers need not de reefangolar 3.Owtall3delet.d TYPICAL DETAILS NO SCALE ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN A20A i LEFT EDGELINES MEDIAN ISLANDS • Fri. (Divided Highways) �C-T[nEo a c�v�.0 e"`'1gW w T so �� r75 TWO-WAY LEFT TURN LANES daly 3. 1995 _4` e DETAIL 29 DETAIL 31aw� e4`y.9e -i- DETAIL 29 �� 75 e ?" .-0 o Fw -� Edge of traveled way .62 m Mlrnmu S7s wr>wMs /m MaV ' a ImA" 150 -I 166 m 1 m 3.66 m 10.98 m DETAIL 25 �C ® Eage of' f traveled -(753-3.6 in �� f 11.69 m L 50 29.26 m -i.32 m---1 -1.32 m- 50 DETAIL 32 i 32 m 732 m y i.32 m y T.32 m 7.32 m I 132 m r 50 ® ® ®� ®175 DETAIL 25A _0 ® ® �50 f-3-3.6 m -f y® \Ed® ®� �► 175 1 5.49 ' 0 m y13.66 m 10.9E 366 549 mDETAIL 29I62 Minlmum t 32 2 50 r15 ® MM geof7traveletl way -T-t '®1 1(� ® ® ® ® ® ® ®T: �5 DETAIL 213 Edge of traveled way i ® ® ®�s0 y 29.2E m "I so DETAIL 33 29.ze m N 19.61m ®�50 1� i32m i32m SI 7.32m *_7.32m 732m 732 rm i 7.32 m�7.32 m� 75 336 m 15 f ®®®I®®®®®®®®®S75 ® ®®®® 0000 j -I I-1.22m 549m 3.66m 549m 519m 366 519m DETAIL 27 i-50 DETAIL 30 ®®®®®®®®®®®®®-T ®®®® E9 0000 00;e ®1T 3�® Eaae 10.62 m Minlmm of travelee war® 75 � 0 29.2E m a y 14.64m �► ®®®®®®®®®®®mi®-( INTERSECTION TREATMENTS Z DETAIL 34 m�� .w msa9 m3 0 sMai9n mm 732 73 RIGHT EDGELINE MARKER DETAILS 13s6 549m l m L=11 m s0 a -� is sa 6 2� ® ® ® ® ® ®-F O ICU DETAIL 27H -L �.f. 50= ® 732 m 7.32 m a 732A � F.663 o mMmlm10am9 E m 3 66 d 549 3.6S IT 5.49 5 A9 m�1 T Ede of traveled A., DETAIL 34A 30 m Mnlm m THROUGH 17s RIGHT EDGELINE EXTENSIONOA � N INTERSECTIONS Reflective Face 7 5 10.9e m ,13f TYPE AY m Mimm m y DETAIL 35 se;M,mea x.nm i32m 50 DETAIL 27C 0 O O 1�'' 95 Ios 'I 1�W105 1 �- '�-fT�l ` 3.66 m 3.66 m 3.66 m III I�I� -�® 10-17 LEGEND 092 m 5�i t m 7.32 m ® ' x.ss AA dive d", 75 3a m Mmimam MAKERS U 30 m Minlmum 12 TYPE D Two-way Yellow Reflective ,/' DETAIL 35A i I'75 ® TYPE AT Yellow Non-reflective �� 5j�V4 �1 11 TYPE IT One-wayYellow Reflective TYPE D TYPE IT IM SIB m LINES ® ® � �� y 30 m Minlmum NOTES srere 0:CALIFORNIA 0 100 mm wn". I.Minimum oro)ected area of DEPARTMENT OF TRANSPORTATION reflective face =65 sagare m116me'll, PAVEMENT MARKERS AND 100 mm Yellow z Reflearrroe market need not be recmngalar TRAFFIC LINES TYPICAL DETAILS travel �-Direction of 3.DetdI 27A deleted ALL DIMENSIONS IN MILL WETERS UNLESS OTHERWISE WISE SHOW NO SCALE AZOB y CHANNELIZING LINE DETAIL 38 zoa mm white Line Whm LEGEND eme.eaeE c.a ex a NpWII .E MARKERSF A xENXE�r F, o u 3-M RECESS DETAIL FOR Faa1 a 1995 C —i.32 m —Ta2 mo—I O TYPE A white Nan-rerlearrve REFLECTIVE PAVEMENT MARKER Through Traffic eiw� TYPE 0 One-way Clear Reflective d+r� w'ep °,eyF, N.3-15.9 DETIL 38A 200 mm white Lme Do-eatlpp of Travel _ SECTION B'B REFLy,ECTIVE PAVEMENT OFRPECE55 DOWNSTREAM ENO I — R _ B DETAIL 388 200 mm white Line Ea0 300 v o vF 50 �� Mln Mln 131.E±3.2 98-105 PLAN v o 50-]-v 16-2� 1 — 1--Ta2 m-7 7.32 m� MARKER �i l ONE-WAY TRAFFIC DETAILS 1s-+sue 10-19� (TYPE 11 DETAIL 38C M.I-15.9 3889889888889 fleflecilva Gace A-A �ECTIVE PAVEMENT1.22_i32 m-4�T32 m--I TYPE A TYPE G `014-T B m :SECTION —MARKER AT ONE END OF RECE55 O NOTES BIKE LANE LINE coo I3o0Min soo I�---IIIIJJVJI—LI31,e±3.z r DETAIL 39 �150 an white Line �� M1n MIn a 1.Mlmmum projected greal of PLAN Z refleaHve face =65s a mllllme afle z.Rcnve markers used at he rectiactangmao , TWO-WAY TRAFFIC 3.See typical traffic Ilne details for morker (TYPE 21 Xe BIKE LANE H off.,no to he used with recessed I N Intersection Line pavement mKrk.re. REFLECTIVE PAVEMENT MARKER O DETAIL 39A Detail 1+reanirers 0 Type 2 reaesrs. FOR RECESSED INSTALLATION G 60[n lnrersemmn o —o o 116.0"I 11`-Izs 15o mm wntte Line 2.11��1.12CO L� L® 2.1H m 1.22 m -11 ® C10-11 1 Refbctive Face LANE LINE EXTENSIONS THROUGH INTERSECTIONS DETAIL 40 �50-6F ts0-6< 0.31m—i LSr3m� O O 4 C7 O TYPE Cy& TYPED TYPE G & TYPE H 10o mm 'hire Line see Note 3 DETAIL 40A —.{ H-1.22 m O O Q O O O O O STATE OF CALIFORNIA Type dNan-Reflecfive DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE ILL OIAIENSILWS ARE IN MILL METERS UNLESS OTHERWISE SHOWN A2DD LOi �ITO �2.79 m ci Exc rl FEXMEP Q{ -J—July 3. F9 E E �I11 E E 1 E IZ 3O0 mm GRID / 1 A=1.30 m2 � '� Ij p0 TYPE 1(10) ARROW J 'It � I .yl E v 300 mm GRID 3°0� 1.53 In A VIII j TYPE V ARROW 300 mm GRIo 1. o E D 300 Z A=2.32 m? � 300 mm GRID 221m P. TYPE 1(18)ARROW E o 21Y D N 30O � a 300 mm GRID A=3.90 m2 --�300� TYPE VI ARROW A=2.EE m 2 RIGHT LANE DROP ARROW TYPE 1(24) ARROW 300 mm GRID I30p) (FOR LEFT LANE. A=1.39 m2 — USE MIRROR IMAGE) E TYPE IV (U ARROW 0s3 (FOR TYPE IVIR)ARROW, USE MIRROR IMAGE) IIXLLLL A=3.06 m2 TYPE V ARROW E NOTE MINOR VARIATIONS IN DIMENSIONS 1 MAY BE ACCEPTED BY THE ENGINEER. STATE OF CALIFORNIA I JOO mm CRIO OEPPRTMENT OF TRANSPORTATION ISD mm cRlO A �19D �300� PAVEMENT MARKINGS _ A=Dss m2 TYPE VI1 I U(U ARROW ARROWS BIKE LANE ARROW (FOR TYPE VI I(R)ARROV, NO SCALE USE MIRROR IMAGE) ALL DIMENSIONS ARE IH MILLIMETERS UNLESS T.E. SHJN11 A 24A C-P-RD CERTIFICAW OF LIABILITY INSU NC ID MR DATE(MMIDDIYY) 225 08/28/02 PRODUCER THIS CERTIFICATE ISISSUED AS A MATTER OF INFORMATION McSherry 6 Hudson ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE License #0056172 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 575 Auto Center Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Watsonville CA 95077 Phone: 831-724-3841 Fax:831-724-7574 INSURERS AFFORDING COVERAGE INSURED INSURER A American Cas Co of Reading, PA, INSURER Valley Forge Insurance Co. GRANITE CONSTRUCTION COMPANY INSURER P. O. Box 50085 INSURER D. Watsonville CA 95077 _ INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EF ECTIVE POLICY E%PIRATIO LTR DATE MMIGD/YY DATE MMIODIVV LIMITS GENERAL LIABILITY EACH OCCURRENCE s 2,000,000 X COMMERCIAL GENERAL LIABILITY GL 1 8915 66 89 10/01/00 10/01/03 FIRE DAMAGE(Any one fir.) 5 2,000,000 CLAIMS MADE O OCCUR MED EXP(Any one person) 5 NIL X Contractual Liab PER FORM CG0001 11/88 PERSONAL a ADV INJURY s 2,000,000 • XCU Hazards BROAD FOAM PPTY DAMAGE GENERAL AGGREGATE 510,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGE s 2,000,000 POLICY }[ PRO LOC ECT AUTOMOBILE LIABILITY A X ANVAUTO BUA 1 8915 67 08 10/01/00 10/01/03 COMBINED SINGLE LIMIT 5 2 DOD (EaCO accident) , ,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY S X NON-OWNED AUTOS (Per accident) X Contractual Liah. PER FORM CA0001 01/87 PROPERTY DAMAGE 5 (Per accident) GARAGE LIABILITY AUTO ONLY.EA ACCIDENT s ANY AUTO OTHERTHAN EA ACC $ F AUTO ONLY. AGG $ EXCESS LIABILITY IN THE EVENT OF CANCELLPTION FOR EACH OCCURRENCE 5 ODOUR CLAIMS MADE NON-PA MENT OF PREh 1UM AGGREGATE S S DEDUCTIBLE 4 RETENTION 5 $ WORKERS COMPENSATION AND X TORV LIMITS ER B EMPLOYERS'LIABILITY WC 2 4790 67 11 07/01/00 07/01/03 EL EACH ACCIDENT $ 2,000,000 EL-;D E SE-EA EiJ�PLOYE s 2,000,000 EL DISEASIE CLCY LIMIT s 2,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES (GAI) JOB #225575 CITY WIDE ARHM OVERLAY PROJECT CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION PALMSPR SHOULDANV OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATETHEREOF,THE ISSUING INSURER WILL X90MODIUMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEF f,R,TXXD0C0Zamrvena IT CITY OF PALM SPRINGS ILA,-eF-A ` yea 3200 TAHQUITZ CANYON WAY PALM SPRINGS CA 92262 RcaazccauurEs. McSherr S Hudson " M/d. ACORD 25-S(7/97) r ©ACORD CORPORATIO 1988 CNA Fbr All the Commitments Yoa take• Policy Number: GL 1 8915 66 89 American Casualty Company of Reading, PA Named Insured: GRANITE CONSTRUCTION COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Additional Insured: City of Palm Springs Covered Operations: Job #225575 City Wide ARHM Overlay Project WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the above Schedule, (hereinafter called "Additional Insured"), but only with respect to liability arising out of operations performed for the Additional Insured by the Named Insured and subject to coverage afforded by the standard Commercial General Liability Coverage Form #CG0001 (11/88) THIS INSURANCE POLICY WILL NOT BE CANCELLED, LIMITED, NON RENEWED,OR COVERAGE REDUCED UNTIL THIRTY(30) DAYS AFTER RECEIPT BY THE ADDITIONAL INSURED NAMED ABOVE OF A WRITTEN NOTICE OF SUCH CANCELLATION,REDUCTION OF COVERAGE OR NON RENEWAL. IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM,TEN(10) DAYS WRITTEN NOTICE OF SUCH CANCELLATION WILL BE GIVEN MCSHERRY& HUDSON BY: J_)U,,J/U4 Authorized Representati e DATE:08/28/02 AMENDED