Loading...
HomeMy WebLinkAbout04497 - 4 CON ENGINEERING BRIDGE REPAIR CP97-20 MO7079 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: 4-Con Engineering,Inc. ACCEPTANCE DATE: November 1,2002 14771 Washington Drive PROJECT: CP#97-20,Bridge Repairs Fontana,CA 92334-2217 AGREEMENT NO. 4497 MINUTE ORDER NO. 7079 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC EvIPROVEMENTS PRIVATE IIv1PROVEMENTS Curbing LT Curbing L.F. Street Paving S F. Street Paving S.F. Sidewalks _ SF 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. Sewer Manholes EA. Sewer Manholes EA. Stonn Drains L.F. Storm Drains L.F. Survey Monuments EA. Survey Monuments EA. Lighting/Landscaping L.S. Expansion Joints 290 L.F. Location:Ramon Road Bridge over White Waterwash and Sunrise Way Bridge,Palm Springs,CA. C.P S Drawing No(s). Permit No. 12800 Contractor(s)actually doing the work 4-Con Engineering,Inc. Notify your bonding company/bank to release the following bonds: No.FS1189863 in the amount of S 97 610.00 Performance 12/2o 103 No FS 11899(,,3 in the amount of $qr/.610M Payment d i t wlol No. in the amount of $ Monuments No in the amount of $ Maintenance Security No. in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer CITY ENGINEER Bond Co./Bank: Great American Insurance Co. Comments:FINAL CONTRACT AMOUNT: $93,635.84 Submitted by �� / Dated: IZ 19 OZ En ineeringWi�ieel�ld Supervisor Approved by: .10- r Dated. 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. 0218 DOC = 2002-704ses 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 I IIIIII(IIII III(IIIIII IIIIII IIII IIIIII II IIII IIII III Recording Requested By And M 5 U PAGE SIZE I GA PCOR NOCOR SMF MISc When Recorded Return To: City of Palm Springs Attn: City Clerk , P.O. Box 2743 Palm Springs, CA 92263-2743 A R L COPY LONG REFUND NCHG EXAM (SPACE ABOVE THIS LINE FOR RECORDING USE) (EXEMPT FROM RECORDING FEE PER GOV.CODE§6103) NOTICE OF COMPLETION t rN fl K)i__s NOTICE IS HEREBY given that: 1. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Taliquitz 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: 4-Con Engineering, Inc., 14771 Washington Drive,Fontana, CA 92334-2217. 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: Bridge Repairs. 7. The property address or location of said property is:Ramon Road Bridge over Whitewater Wash and Sunrise Way Bridge, Palm Springs, CA. 8. City Project No. 97-20, Agreement Number: 4497, Minute Order Number: 7079 CITY OF PALM SPRINGS: REVIEWED BY: -' DATED: 12/19LOZ BY: DATED: l � Director of Public Works/City Engineer David 1. Barakian PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that she snakes this verification on behalf of said corporation; that she has read the foregoing Notice of Completion, and knows the contents thereof,and that the facts stated therein are true; at said City Clerk, she makes this verification on behalf of said municipal corporationn�`"`�- � 7 City Clerk-Patricia A. Sanders "�-- WP:clr/June02 Index No. 1802 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: 4-Con Engineering, Inc. Date: December 5, 2002 14771 Washington Dr. Project No. 97-20 Fontana, CA 92234-2217 Project Name: Bridge Repairs Change Order No. One (1) Attn Dieco DeAndrande Contract Purchase No: 216391 Account Number: 4498-50120 Agr.# 4497 M.O.# 7079 Res. # A. CHANGES IN WORK: Increase to Contract Quantities FA. WA-300 Compression Seal Lump Sum/Agreed Price B. CHANGES IN COST: Increase to Contract Quantities a. Wa-300 Compression Seal Lump Sum/Agreed Price = $1,025.84 Total Change Order Amount = $1,025.84 C. REASONS FOR CHANGES: a. Prior to construction, the width of the existing expansion joints on the Sunrise Way bridge were measured. This measurement took place under hot/summer conditions on two separate occasions and were assumed to represent the expansion joints widths at a state of near maximum expansion of the bridge. These widths were found to be wider than expected, considering the environmental conditions at the time of measurement. It became evident that if the bridge were to fully contract under cooler conditions, the specified compression seal could reach a fully uncompressed state and possibly come out of the joint. In order to prevent this, it was necessary to install a WA-300 Compression seal vs a WA-275 seal. The agreed price above represents the difference in cost and is inclusive of allowable mark ups per specifications. This is a final change order to the project and represents an increase from the original contract amount of 1.05%. NOTE: No additional markup will be added to any items in this Contract Chance Order. All costs Per each item are final. D. SOURCE OF FUNDS: 4498-50120 Bridge Repairs Page 1 of 2 Summary of Costs Contract Time Original Contract Amount: $97,610.00 Original Completion Date: Sep 23, 2002 This Change Order: $1,025.84 Days Added for this C.C.O.: -0- Previous Change Order(s): $0.00 Previous Days Added: -0- Revised Contract Amount: $98,635.84 Revised Completion Date: -N/A- I have received a copy of this Change City Approval: Order and the above totals are acceptable to the contractor. Submitted by g Date- Field Engineering Supervisor By. < / Approved By =��i' �' _ Date `lf13 City E i Date %L/�✓/ez Approved by Date ty Manager Distribution: Original Conformed Conies Conformed-File Copy Engineering (1) Engineering File 111 Finance (1) Engineering Field Inspector 11) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent 111 f��,f'd'2t�l�nt-o'4*e'r/undar �25,®13� Reviewed and approved by Procureinent & Contracting Initials -Date 1 L­j P.O. Number : ,:V,xzmau 13Y Ully t idl.Ssb�t ON Page 2 of 2 r • e' 4 Con Engineering Bridge Repairs CP97-20 AGREEMEW #4497 AGREEMENT M07079, 5-15-02 THIS AGREEMENT made this �� day of ,✓j' in the yeal�-/> by and between the City of Palm Springs, a charter city, organized and existing ih the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and 4 Con Engineering, Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: BRIDGE REPAIRS CITY PROJECT NO. 97-20 The Work is generally described as follows: The bridge work to be done consists, in general, of removing existing joint seal material, removing bridge concrete for joint seal replacement,cleaning joints,installing joint seal assemblies,and all appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to he 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, Nan-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 mg— _to t9— , inclusive, and all Change Orders and Work Change Directives which may he delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6--NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid,to the last business address known to the giver of the Notice. qq BRIDGE REPAIRS :"'\nl �JUri'�il�J`j L'�j�`j[i-��P` 111]I-%-�i`J AGREEMENT FORM CITY PROJECT NO.97-20 3/B/02 AGREEMENT AND BONDS- PAGE 1 0 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. APPROVED BY THE CITY COUNCIL: ATT OF PAL IN S, CALIFORNIA Minute Order No, Date By Qty lerk Agreement No. APPROVED AS TO FORM: By ly fly Attorney ,Agreement overfun6er S25e 000 Reviewed and approved by Date Procurement&Contracti]ng CONTENTS APPROVED: Initlals ` �/.Date (JI C'�i Sy— A `°G��1 P.O.Plumber- / City Engineer Date �—�i0 �' 6 ` By City Manage Date ZLID 1I079 BRIDGE REPAIRS CITY PROJECT NO.97-20 AGREEMENT FORM 3/8/02 AGREEMENT AND BONDS- PAGE 2 �. :.,, -Mr�.�, .,��aT�_, .,._ ., .. �., �.,„, ,; �„ . ., , .�. ., �., < ���,. �s� �.�'����i. .. �_ . .. . .. .., �. .�,� CONTRACTOR: (Check one:_individual,_partnership, ✓corporation) By „ sgnaNre ;,. (NOTARIZED) Print Name and Title: By signature J(NOTARIZED) Print Name and Title: - Mailing Address: 33 Date (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 BRIDGE REPAIRS AGREEMENT FORM CITY PROJECT NO.97-20 AGREEMENT AND BONDS- PAGE 3 3/8/02 CALIFORNIA ALL-PURPIRSE ACKNOWLEDGMENT • `Y State of California ss. County of San Bernardino c� On June 5 2002 before me, Carrie D. Garabedian"F Notary ublioc TnT a e an T ef6 — �ic ' Personally appeared Richard J. Garabedian and Cruz R. Borrero Name(s)of Ugner s) ® personally known to me F ❑ proved to me on the basis of satisfactory evidence CAFtFiIE I).GARABEDIAN to be the person(s) whose name(s) Ware subscribed to the ARMS lion RZEDas within instrument and acknowledged to me that helshe/they CommlNotary Public- California ; executed the same in #+slHerbtheir authorized capacity(ies), g San Bernardino county and that by histha their signature(s) on the instrument the @I Mycomm.Expires Jan 6,2oos person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature Of o ary Iu m F OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Agreement Document Date: March 8, 2002 Number of Pages: 3 Signer(s) Other Than Named Above: N/A Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian Signer's Name: Cruz R. Borrero Individual � ❑ ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): President Title(s): Secretary A ❑ Partner-- ElLimited ❑ General ElPartner-- ❑ Limited ElGeneral ❑ Attorney-in-Fact ❑ Attorney-in-Fact 9 ❑ Trustee El Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator , ❑ Other: ❑ Other. F I op of thumb Here I op at thumb here Signer is Representing: Signer is Representing: 4-Con Engineering Inc. 4-Con Engineering, Inc. F EXECUTED IN FOUR COUNTERPARTS BOND NO: FS1189863 PERFORMANCE BOND PREMIUM: $1,406.00 KNOW ALL MEN BY THESE PRESENTS, That 4—CON ENGINEERING INC. as Contractor, And GREAT AMERICAN 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: NINETY SEVEN THOUSAND SIX HUNDRED TEN AND NO/100*** dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: BRIDGE REPAIRS CITY PROJECT NO. 97-20 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 29'Wy of NAY , 2002. CONTRACTOR: SURETY: 4—CON ENGINEERING. INC. GREAT AMERICAN INSURANCE COMPANY (Check one: _individual, _partnership, X _corporation) By ey ////, KELLY SAITM4N j OTA sig aNre ., RIZED) Title ATTORNEY—IN—FACT Print Name and Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) siBnatura � IN TARIZED) Print Name and Title: (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). BRIDGE REPAIRS CITY PROJECT NO.97-20 PERFORMANCE BOND 3/8/02 AGREEMENT AND BONDS - PAGE 5 ,CALIFOR' NIA ALL-PURPOSE ACKWLEDGEMENT • �1�ii 9 3y�l-Si:i�Ti SZi-LS�iY�i-SSPSV'a�i.�1i-5-3-SSi-3 3-5�3 a�ii�3�itZY 3�S�i�6�p 3'S3�3Zi-Ti 3�3-O-S'3-Z�1-5'iY�'Li 3-3�3�3 3�iY�l-`Ai.i'�'-3-Si S'S5y 6i State of California /) SS. County of San Bernardino On ���%-//��� before me, Tanet L. Miller Notaiv Public Name and Title of Officer(e.g.,"Jane Doe,Notary Public") Personally appeared Kelly A. Saitnian Names)of Signer(s) ❑ personally known to me x proved to me on the basis of satisfactory evidence to be the personXwhose name-( �Were`subscribed to the within instrument and acknowledged to me that lie/she/they „ executed the same in bis/her/their authorized capacity(ic"s), ;ira T L.rr2l_s_ 2 and that by Inds/her/thh�jrsignature(s)on the instrument the persons-), or the entity upon behalf of which the person(9' Kot.lry PvWir.-CaHornia acted, executed the instrument. ...` � Y <'l, .,, San !?e.mRtilSCQ l,'O;In'Pn �,, 111�,yGornm.E;gir:.a,6uh=R,2 .3on x 1, ;r 4;a �• -.;;—_- �L WITNESS my hand and official seal, ignature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. p� Description of Attached Document Title or Type of Document: Document Date: Number of Pages: � Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ? x Title ❑ Partner -- ❑ Limited ❑ General X Attorney-in-Fact Top or thumb here ❑ Trustee r� ❑ Guardian or Conservator ❑ Other: 7 r' Signer is Representing: � L � i� a a CALIFORNIA ALL-PURPRE ACKNOWLEDGMENT • State of California ss. County of San Bernardino On June 5 2002 before me, Carrie D. Garabedian Notar Public ate Name an e o Icer e.g., ane oe,N.07u Ic Personally appeared Richard J. Garabedian and Cruz R. Borrero F Name(s)o Igner s ® personally known to me ❑ 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 lag/alas/they CARRIED,i,;gRABEDIAN executed the same in his�lagr-ltheir authorized capacity(ies), Commission*1337689 z and that by biagr-dtheir signature(s) on the instrument the � wd Notary Public-Californiar San Bernardino county r person(s), or the entity upon behalf of which the person(s) my Comm.Expires Jan 6,2036 P acted, executed the instrument. WITNB S my hand and official seal. Igna ure o otary u Ic OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond Document Date: March 8, 2002 Number of Pages: 1 Signer(s) Other Than Named Above: Kelly A. Saitman s Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian Signer's Name: Cruz R. Borrero ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): President Title(s): Secretary ❑ Partner-- ❑ Limited ❑ General ❑ Partner— El Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: lop or thumb here ❑ Other: lop at thumb here 8 y Signer is Representing: Signer is Representing: 4-Con Engineering Inc. 4-Con Engineering Inc. EXECUTED IN FOUR COUNTERPARTS BOND NO: FS1189863 PAYMENT BOND PREMIUM INCLUDED IN PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 4-CON ENGINEERING, INC. as Contractor, And GREAT AMERICAN 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: NINETY SEVEN THOUSAND SIX HUNDRED TEN AND NO/100** dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: BRIDGE REPAIRS CITY PROJECT NO.97-20 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 Cade of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this 29TH day of MAY , 2002. BRIDGE REPAIRS CITY PROJECT NO.97-20 PAYMENT BOND 3/8102 AGREEMENT AND BONDS -PAGE 6 CONTRACTOR: 4—CON ENGINEERING, INC. (Check koonnee:% individual,—partnership, X corporation) By 1Fs1gnatura s (NOTARIZED) Print Name and Title: !o iGGMRfI1D 4.*. '�lk✓�9/'xi�:.MjJJ ri�C.'6I'�C%7e�a By signature ' IfvOTARIZED) Print Name and Title: - (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). .... bT AMERInCAN INSURANCE COMPANY By Title KELLY Aq SAITMAN ATTORNEY—IN—FACT (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) BRIDGE REPAIRS CITY PROJECT NO. 97-20 PAYMENT BOND 3/8/02 AGREEMENT AND BONDS - PAGE 7 CALIFOANIA ALL-PURPOSE ACK*LEDGEMENT State is > ss. County of San Bernardino �t On before me, Janet L. Miller, Notary Public Name and Title of Officer(e.g,"Jane Doe,Notary Public") Personally appeared Kelly A. Saitm-an Name(s)of Signer(s) ❑ personally known to me x proved to me on the basis of satisfactory evidence to be the person whose name�,9�is/are subscribed to the within instrument and acknowledged to me that 4/she/thYey j executed the same in pts/herltWir authorized capacityjie"s), and that byhds/her/thy r signaiure,(z) on the instrument the L, persons( -), or the entity upon behalf of which the person,(-g) V �„ C.or fI`fk' Irfld. t�tt� `_ E , y a+afar ,,ltita:iu-t�ctti;umra = acted, executed the instrument. � ;.... , ;I�L., 4� an f1„rrardinc Luruanq �� ycumrv, ru,�i� ,tulan,ryt ,M, WITN€-S my hand and official seal. j Signature of Notary Public 2 OPTIONAL a Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document �+ Title or Type of Document: Document Date: Number of Pages: }+ Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) k+ Signer's Name: y ❑ Individual ❑ Corporate Officer _ Title ❑ Partner -- ❑ Limited ❑ General Top of thumb here X Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: , a CALIFORNIA ALL-PURP05E ACKNOWLEDGMENT �i arp ,yc�om 1 2 ap acroi 'd, MAMMA 2� State of California ss County of San Bernardino On June 5 2002 before me, Carrie D. Garabedian Notar Public a e ame an e o icer e.g ane oe, o ary u is ' Personally appeared Richard J. Garabedian and Cruz R. Borrero ame s o igner s ' ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/sHe/they CARRIE D.GARABEOIAN executed the same in k�iO4edtheir authorized capacity(ies), Commission#1337689 z and that by tais/Hee/their signature(s) on the instrument the z %My Sanubic-CCoHuntaperson(s), or the entity upon behalf of which the erson s San 6emardino County P ( ) Comm.Expires Jan 6,2006 acted, executed the instrument. WITNESS my hand and official seal. igna ure of Notary PubIFF OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document:_ Payment Bond x Document Date: March 8, 2002 Number of Pages: 2 Signer(s) Other Than Named Above: Kelly A. Saitman Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian & Signer's Name: Cruz R. Borrero � ❑ Individual ❑ Individual x ® Corporate Officer ® Corporate Officer Title(s): President Title(s): Secretary ❑ Partner--❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Partner-- ❑ Limited ❑ General ❑ Trustee El Attorney-in-Fact _ ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator , ❑ Other: iopotthumuhere ❑ Other: of thumb here y Signer is Representing: Signer is Representing: 4-Con Engineering, Inc. 4-Con Engineering Inc x i • i • GWMANEMCAN 1NSURMCE COMPANY® 580,WALNUT STREET•CINCINNATI, OHIO 45202 e 513-369-5000• FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No.0 13970 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DgONALDTTR. DES COMBES CALIFORNIA This Power of Attorney MILLER revokes all previous powers issued in behalf of the attorneY( ) �s-m-fact named above. IN WITNESS W HEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 26TH day of JULY 2000 Attest - - - _ GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON—ss: On this 26TH day of JULY, 2000 before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents,or any one of them, be and herebyis authorized,from time to time,to appoint one ormore Attorneys-In-Fact to execute on behalfof the Company,as surety,anyand all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof-to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company maybe affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract orsurctyship,or other written obligation in the nature thereof,such signature andseal when soused beingherebdopted by the Company as the original signature ofsuch officer and the original seal of the Company,to be valid and binding upo yan the Company with the same force and effect as though manually affixed. - CERTIFICATION I, RONALD C. HAYES,Assistant Secretary ofGreat American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 29TH day of MAY 2002 S1029S(11/97) 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: BRIDGE REPAIRS CITY PROJECT NO.97-20 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 Instmctions 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 8700 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 Scheduleis). 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: / L 'O"TJ . . Bidder: _ .N�/i✓ //(/� .lN C By: �t T (Signature) /44d Title: /GrVi BRIDGE REPAIRS CITY PROJECT NO 97-20 BID (PROPOSAL) 3002 BID FORMS - PAGE 2 • BID SCHEDULE A • Schedule of Prices for the Construction of the: BRIDGE REPAIRS CITY PROJECT NO. 97-20 RAMON ROAD BRIDGE at the Whitewater River in Palm Springs and Cathedral City, California Item Description Estimated Unit Unit Amount No. Quantity Price t• Traffic Control - - - LS 2• Joint Seal Assembly (MR = 3') 134 LF qZ 2!0 J TOTAL OF ALL a ITEMS OF BID SCHEDULE A: Wk.I.fig....I $ //{fij Cll/5341 t6� �U Dt/i Dn f�i✓ �r/l�" [Pdc.W wo,d.l QUANTITIES OF WORK: The ,quantities of work, or material stated in theunit 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;implicatiomagree that the actual amounts otwork or material will correspond therewith, and reserves the'right after award to increase or decrease the quantity of any unit price bid item,-by an amount up to„25 percent of-increase or decrease, without a change in the unit prices; and shall have the right to delete any bid item,in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. T c. Name of Bidder or Firm -- BRIDGE REPAIRS ` CRY PROJECT NO.97-20 LIST OF SUBCONTRACTORS 31=2 - BID FORMS-PAGE 3 • BID SCHEDULE B • Schedule of Prices for the Construction of the: BRIDGE REPAIRS CITY PROJECT NO. 97-20 SUNRISE WAY BRIDGE at Tahquitz Creek in Palm Springs, California. Item Description Estimated Unit Unit Amount No. Quantity Price 1 Traffic Control --- LS $ 2, Joint Seal (Type B; MR = 1") 156 LF $ TOTAL OF ALL ITEMS OF BID SCHEDULE B: s Vo,o � �� IPoc�m aprml — Rr�n in worEtl TOTAL OF ALL ITEMS OF BID SCHEDULES A AND B: s 97610 , D ' (Pecs N eyunq All `_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.implicatiori,agree that the actual amounts of work or material will correspond therewith; and reserves the "right after award to increase or decrease the quantity of any unit . price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm BRIDGE REPAIRS CITY PROJECT NO.97-20 LIST OF SUBCONTRACTORS 3r8102 BID FORMS-PAGE 4 INFORMATION REQUIRED OF BIDS 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, 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 tpo� be Performed Number Contract Subcontractor's Name & Address 1SL)r39(n 1 4 l'Ie��k P 4 oZ� 2. 3. 4. 5. 6. 7. 8. BRIDGE REPAIRS CITY PROJECT NO.97-20 LIST OF SUBCONTRACTORS 3/8/02 BID FORMS-PAGE 5 • ! NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) OO ) ss. County of_<1 being first duI sworn, deposes and says that he or she is of _`/_6ubi�eee%u�/ J�v� , 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 7/ Cn/G/A/G2FiQlAIG T c, By Title'' irEfiOd�/ "/' Organization r- Address me- BRIDGE REPAIRS CITY PROJECT NO. 97-20 NON-COLLUSION AFFIDAVIT 3I8/02 BID FORMS - PAGE 6 CALIFORNIA ALL-PURPQ,9E ACKNOWLEDGMENT State of California ss. County of San Bernardino On April 2, 2002 before me, Carrie D. Garabedian Notary Public Date Name andTitle" ofDRmer e g one o7-6 e,Notary c"j— ' Personally appeared Richard J. Garabedian - Name(s)of Signer(s) ® personally known to me ❑ proved to me on the basis of satisfactory evidence s to be the person(s) whose name(s) iskeoe subscribed to the within instrument and acknowledged to me that he{ahy CARRIE D.GARABEoIAN executed the same in his/he authorized capacity(, Commission#1337689 z and that b hisil4ecl is signature(s) Notary Public-Californiay y lt on the instrument the San Bernardino County person(s), or the entity upon behalf of which the person( Mycomnt Explml Jana 20MI acted, executed the instrument. na"���, WITNE)S my hand and official seal. igna ure o o ary u �c OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Non-collusion Affidavit Document Date: April 2, 2002 Number of Pages: 1 Signer(s)Other Than Named Above: N/A Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian Signer's Name: N/A ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): President Title(s): ❑ Partner-- ❑ Limited ❑ General ❑ Partner-- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Top of thumb here Top of thumb here Signer is Representing: Signer is Representing: 4-Con Engineering Inc. BID BOND KNOW ALL MEN I3Y THESE PRESENTS, That—,___ 4-CON ENGINEERING, INC. as Principal, and GREAT AMERICAN INSURANCE COMPANY -- as Surety, are held and firmly bound unto the City of palm Springs, hereinafter called the "City" in the sum of: TFN PFRr'FAIrP rlF � ,`',,,,Ii} dollars f (not less than 10 percent of the (otaf amount of the bid) I for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, suoca9sors, 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 Schoduleis) of the City's Contract Documents entitled: BRIP01 WAIRS CITY PROJECT NO. 97-20 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 Canlfivotee of Insurance, and furnishes the reouirod Performance Bond and Payment Bond, then this obligation shall be null And void, otherwise it shall remain in full force and affaot. In the event suit is hrnught 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 morney's fee to be fixed by the court, SIGNED AND SEALED, this 1ST day of APRIL Zb02. 4-CON ENGINEERING, INC. GREAT AMERICAN INSURANCE COMPANY CON7RACTgk; SURETY: (Check one; individual, _partnership, ,g„�CtYrt+oraunnl ' ay By INOTARIZEDI Print Nnitld grid Thin:/- Titiv ATTORNEY-IN-FACT (,r'/d^ +fib , �'�^'r+�+�st%A/Az✓ ,'/L-�j,1X,ii1 (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) By I : .I (NOTARIZED) I+rini Nonle and Idr4: fC¢rperptlons Ietlelra two eipnarufas;one rrom NCh o}Ina i414tMn{t nrouns:A.Ctullrman of Board,Pgeltlerlt,ar any vice PrnaliNnlp AW a. S*p etarv, Anlateht Secracarv, Treaawer, leas am TraowrN,or CNef Flgenolel otrewi, BRIDGE:RFPAIRS ' CITY PROJECT NO.97-20 8/8702 BID BOND IBIP SECURITY FOAM( Sib FORMS - PAGE 7 Fappeared -PURPOSE ACK LEDGEMENT nia \ Ss. Bernardino b 7i before me, Janet L. Miller Nota Public Name and Title of Officer(e g.,"Jane Doe,Notary Public") eared Jav P. Freeman Name(s)of Signer(s) ❑ personally known to me ❑proved to me on the basis of satisfactory evidence to be the person,(.srwhose names; s/armsubscribed to the within instrument and acknowledged to me that he/sW/ttley executed the same in his/fir/tf eir authorized capacity(Jes), and that by his/hethberr signature(s)-on the instrument the -� ' E person,(,,);or the entity upon behalf of which the person(s)-- JAWErL.MILLER acted, executed the instrument. Commissionion 131 Notary Public-California t San Bernardino County Ir WITNESS my hand and official seal. My Comm.ExpiresJu120,2005 / ) 6fgnatofe of Notar Public OPTIONAL y� Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent y' removal and reattachment of this form to another document. 9 Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: d Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer Title , ❑ Partner -- ❑ Limited ❑ General Top of thumb here x Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: i Signer is Representing: GWM MAMCAN 1NSURMCE COMW * 580,WALNUT STREET•CINCINNATI, OHIO 45202•513.369-5000• FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No.0 13970 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DONALD R. DES COMBES CALIFORNIA JANET 11 MILLER This ower o Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 26TH day of JULY 2000 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON—ss: On this 26TH day of JULY, 2000 before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President,the several Division Vice Presidents and Assistant Vice Presidents,or anyone of them, be and herebyis authorized,from time to time,to appoint one ormoreAttorneys-In-Fact to execute on behalfofthe Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,-to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at anytime. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract orsuretyship,or other written obligation in the nature thereof,such signature and seal when so used beinghereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 1ST day of APRIL 2002 .91029S N I I97) CALIFORNIA ALL-PURPQ,9E ACKNOWLEDGMENT State of California ss. County of San Bernardino On April 2, 2002 before me, Carrie D. Garabedian Notar Publlc a e Name an e o mer e.g., one oe,Notary Public') Personally appeared Richard J. Garabedian ame s o igner s ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons) whose names) is/af-a subscribed to the within instrument and acknowledged to me that hey executed the same in his�ir authorized capacity(ieo, CARRIE�.GARABEDIAN and that b hiss signature(4)nature on the instrument the commission i 1337689 b, Y 9 E Notary Public-California person(&), or the entity upon behalf of which the persons) z San Bernardino county acted, executed the instrument. g� ptally Comm,E>�Ires Jsn 6,2006 WITN( !hand and official seal. / . ✓.11LckJ4z , signature at o ary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: April 1, 2002 Number of Pages: 1 Signer(s) Other Than Named Above: Jay P. Freeman Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian Signer's Name: N/A ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): President Title(s): ❑ Partner-- ❑ Limited ❑ General ❑ Partner-- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Top of thumb here Top ofthumb here Signer is Representing: Signer is Representing: 4-Con Engineering Inc. a BIER'S GENERAL INFORMATION • The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number: yz)-//77 Facsimile Number: ( (iO4 ) ( 't 7 - IS-6 7- 3. CONTRACTOR'S License: Primary Classification /¢ State License Number(s) 20zY4/ Supplemental License Classifications 4. Surety,Company and Agent who will provide the required Bonds on this Contract: Name of Surety _ 4L141t$&W,1 �EJw ll/7c 4 Address 3Z70 e. ._Z ZA- o GSin Di/!t' ,Q/vd i .Sn,_jt` /OD Surety Company Telephone Numbers: Agent Surety ( e-DO 1 3Y'L- 537e 5. Type of Firm (Individual, Partnership or Corporation): e0Ala 011,0-n0 -✓ 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: S crzc-rs��7 L�ilvz .C, ,e�o/r2t�-I-cti �/ J7Se/rtex_ /&V L3zJ�erL BRIDGE REPAIRS CITY PROJECT NO, 97-20 BIDDER'S GENERAL INFORMATION SIM BID FORMS - PAGE 8 BIDDER'S COERAL INFORMATION (Continued S. Number of years experience as a contractor in this specific type of construction work: ?z X^ GSiL�cs�lCj4r8 9, List at least three related projects completed to date: 62..g- a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person/who will supervise full-time the proposed work for your firm: 11.' Is full-time supervisor an employee' contract services ? 12. A recent financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required 6y the Engineer. BRIDGE REPAIRS BIDDER'S GENERAL INFORMATION CITY PROJECT N0.97-20 BID FORMS - PAGE 9 3/8102 P.O. Box 2217 4-Con Engineering, Inc. Phone (909)427-1177 Fontana, CA 92334-2217 Project List-- Fax (909)427-1562 JOB PERCENT I CONTRACT VALUES DATES No. NAME AGENCY CONTACT PHONE COMPLETED ORIGINAL FINAL START FINISH PC001 Lincoln Ave. Coyote Creek Bridge City of Cypress IKamren Dadbeh (714)229-6456 100.00% 175,576 196,755 09/03/98 11/04/98 Retrofit _ PC002 Edmondson Alley Reconstruction City of Pasadena George Martinez j- (626)744-3842 100.00% 198,862 211,224 10/02/98 12/12/98 - PC003-Valencia Park Picnic Area City of Fullerton ( ) °__ y Eliseo Bravo 714 738-5348 I, 100.00% 61,993 63,101 11/02/98 12/15/98 PC004 Alley No. 77 Storm Drain Repair& City of Costa Mesa Tom Banks (714)758-5222 100.00% 99,86o 106,913 12/07/98 12/21/98 Iowa Street Drain Improvements PC005 Street Improvements Spruce& City of Riverside Karl Mosby (909) 782-5346 100.00%' 55,734 67,201 11/30/98 01/22/99 Blaine(Schedule A) PC006 On-Site and Off-Site City of El Monte Kev Tcharkhoutian !I (626)580-2056 ! 100.00% 173,205 209,460 12/07/98 02/01/99 Improvements on Ramona Blvd. and Cogswell Rd. PC007 San Jose Creek Water Los Angeles County Samuel Espinoza (323)283-0881100.00% 121,850 122,450 01/12/99 0A9 Reclamation Plant-East Stoplog Sanitation District Storage Structure_ PC008 Construction of 43 Curb Ramps at City of Fountain Valley Bob Kellison (714) 593-4517 100.00%I 30,837 34,527 02/23/99 03/16/99 Various Locations Throughout the I City -- - - - - -- --- PC009 Pepper Street San Bernardino County Jerry Ivy L -(909)387-2800-----_-I, 100.00% 83,583 84,797 03/15/99 04/12/99 PC010 Del Arno Blvd. Over Compton L.A. County Dept. of I Neil Menuwaria I (818)458-4953 100.00%i 45,260 41,076 03/25/99 04/07/99 Creek Public Works - - -- -- - ) PC011 Wash Water Recycling Facility_ ',City of Ontario (Dennis N. Watson (909 391-2507 100.00/° 124,969 134,529 04/05/99 05/21/99 -- -' --- - ( ) ° --- - ---- - -- --- PC013 Ronald Regan & Heritage Park City of Diamond Bar Bob Rose 909 860-3195 100.00/°'___ 37__3,378 386,511 04/09/99 07/15/99 PC014 Garvey Park Pool Renovation City of Rosemead Ron Bravo ° _ I (310) 370-6724 i 100.00% 204,153 226,157 04/O8/99 07/09/99 PC015 _Corona Skate Park City of Corona ]Jonathan Jones (909)279-2241 __ 100.00% 196,000 _ ____223,976 06/0.8/99 08/20/99 PC016 Hook-East&West Debris Basin L.A. County Dept. of !Primo Candle (626)447-5362 100.00% 229,195 241,174 07/12/99 09/24/99 _Enlargement in Glendora (Public Works PC017 Franklin Ave. Drian in the City of 'L.A. County Dept. of iprimo Candle (626)447-5362 ! 100.00%' 155,815 186,687 09/20/99 12/20/99 Pomona _ Public Works PC018 Rehabilitation of the Nature Trail City of Fountain Valley Bob Kellison ! (714) 593-4517 100.00%, 245,664 302,805 08/16/99 0-0 PC019 Two Bridge Seismic Retrofit San of County Jerry Ivy (909)387-2800 '!, 100.00% 112,158 118,249 08/31/99 10/25/99 Transportation Dept. _ PCO20 Indian Ave. Overhead Seismic City of Palm Springs Marcus Fuller (760) 323-5253 100.00% 186,462 212,898 10/26/99 _ _01/26/00 PCO21 Terry Road Storm Drain ,City of Laguna Beach I Lisa Perna (949)497-0711 100.00% 145,208 180,521 11/29/99 62/08/00 PCO22 Skate Park at Harvard Athletic City of Irvine !Douglas Davidson (949)724-6675 100.00%I 642,068 670,761 01/03/00 06/15/00 Park _ ! PCO23 Rio Hondo Park Rehabilitation City of Pico Rivera (Juan Balanay (562)801-4415 100.00% 82,400 100,077 06/12/00 07/25/00 Site Work _ _ ; PCO24 Jaboneria/Shull Park City of Bell Gardens Bill Pagett (562) 806-7770 100.00% 587,047 620,686 03/06/00 08/22/00 Improvements PCO25 Skate Park at Peterson Park City of Diamond Bar ;Bob Rose (909)860-3195 100.00%'I 282,884 311,162 04/10/00 10/04/00 - PCO26 Heritage Trail Bikeway Project City of Palm Springs IMarcus Fuller P.E. (760)323-5253 100.00%_ 873,781 - 879,416 05/22/00 11/09/00 File: Project List.xls Page 1 of 3 P.O. Box 2217 4-Con Engineering, Inc. Phone (909)427-1177 Fontana, CA 92334-2217 Project List -- Fax (909)427-1562 JOBIIPERCENT CONTRACT VALUES DATES No. NAME AGENCY CONTACT PHONE ICOMPLETED', ORIGINAL FINAL START FINISH PCO27 Beverly Blvd. Over San gabriel L.A. County Dept. of ;Jolene Guerrero (626)458-3137 100.00%'i 669,423 707,272 07/07/00 02/07/01 River; Cash Contract 8344 Public Works _ - PCO28 Seismic Retrofit of Brea Blvd. Orange County PF&R 1 Gerald Shubert (714) 567-7795 100.00%, 411,210 431,606 10/04/00 03/21/01 Bridges 1 &2 (Nos. 55C-0123 & 'Department 55C-0122)Over Brea Creek — 9 - -- ° -- PCO29 Hermosa Ave. Storm Drain and City of Rancho Jerry Dyer 'i (909)427-2740 100.00% 61,326 62,559 10/16/00 11/17/00 Street Improvements ICucamon a PC030 Dale Page Park Improvements, City of Redondo Beach Thomas Baldwin I (310) 318-0661 100.00%, 151,800 155,657 12/13/00 01/19/01 and Ford and Sneary Parkettes Improvements PC031 Storm Drain Improvements at Holt City of Ontario Fe M. Rama (909) 395-2025 1, 100.00%I 151,157 165,579 01/16/01 0301 _ Blvd. _ __ PC032 Construction of Storm Drain and 'City of La Habra Eduardo L. Lanuza (562) 905-9700 100.00% 319,134 320,892 01/17/01 10/04/01 Parkway Improvements-Project No. 4-R-00 PC033 Public Works Central Maint. Yard City of Palmdale Mr. Tim Hughes (661) 267-5300 100.00% 469,668 468,316 02/19/01 06/07/01 Perimeter Wall Improvements- Cash Contract No.415A - PC034 Canada Blvd. &Verdugo Rd. POC L.A. County Dept. of Mr. Ricardo Gordillo (626)458-3142 100.00% 247,481 286,570 04/02/01 06/26/01 at Glendale Community College- Public Works Project ID No. RDC0011407 PC035 Carmelitos Storm Drain City of Long Beach Mr. Jose M. Rosas (323 098, 7086 100.00% 159,700 159,700 07/06/01 08/15/01 Improvement PC036 McDermott West Park, Village of City of Fontana Mr. Harry Foley (909) 350-7661 j 100.00% 1,199,768 1,299,783 05/14/01 01/10/02 Heritage, Fontana; Bid No. SB-43- 01 PC_037HurlessBartonPark City ofYorba Linda_ !Mr. Steve Campbell (714)961-7168 100.00% _ 222,223 226,84104/24/01 _ 0 01 PC038 Whites Channel Invert Access !L.A. County Dept. of Mr. Sumitha Shival (626)458-3137 100.00% 251,550 252,530 08/20/01 11/02/01 Ramps & Medea Creek Invert 'Public Works Repair- Project No. FCC0000764 PC039 Gene Autry Trail Bikeway, C1599- City of Palm Springs Marcus Fuller P.E. (760) 323-5253 100.00%I 23Q,604 236,423 08/23/01 09/26/01 14, A_4_371 Miscellaneous Improvements City of San Jacinto Habib Motlagh (909)654-7337 I 100.00%I - p ---- -- PC040 State Street Sidewalk and - ! 413,000 398,676 09/24/01 01/09/02 - - - - I' PC041_ Lemon Park Improvements City of Fullerton Mike Pickens (714)738-6391 1 73.65%1 _ 816,951 09/24/01 PC042 Parking Lot!Landscape (Corona-Norco Unified (Greg Chapman, PCH (909)792-7397 100.00%1 121,121 144,754 11/08/01 03/07/02 Revisions at Anthony Elementary IiSchool District 'Architects, LLP, School (Project No. F0002-002) ! !Project Manager i File: Project List.xls Page 2 of 3 P.O. Box 2217 4-Con Engineering, Inc. Phone (909)427-1177 Fontana, CA 92334-2217 Project List-- Fax (909)427-1562 JOB PERCENT CONTRACT VALUES DATES No. NAME AGENCY CONTACT PHONE COMPLETED1, ORIGINAL FINAL START FINISH PC043 Eastbluff Park Walkway 'City of Newport Beach Fong Tse (949)644-3340 100.00%, 113,015 113,815 12/12/01 01/24/02 Reconstruction, Phase II - Contract No. 3334 — PC044 Flintridge Drive Slope City of Glendale Kevin Carter (818) 548-3945 44.06% 85,460 02/11/02 Rehabilitation i I PC045 Subsurface Drainage Project At City of Corona I Nadeem Syed (909)279-3515 I 100.00%' 57,180 67,525 01/03/02 01/22/02 Various Locations; Project No. 31- 1001 -- PC046 East Rialto Storm Drain San Bernardino County Gary Landry I (909)387-7920 20.83%, 240,226 02/08/02 Flood Control District PC047 The Club at Big Bear Village, The Bergman Companies !Dale Colosi, Project (909 /0 627-3651 88.13 249,000 01/24/02 Phase 1B (Site Work); Detention (Manager Basin -- PC048 Rialto Street Improvements _ City of Rialto — — Bruce L. Cluff (909)820-2530 _0.00% 322932 Pending PC049 Parking Lots Improvement at Lake Esinore Unified !Grand J. Hamel (909)296-0776 0.00% 282,107 Pending Elsinore&Wilomar School District _ - - - - - PC050 Azusa Skatepark City of Azusa Joe Jacobson (626)812-5280 _- - 0.00%, 379,752 03/18/02 i -- - - I —— -- File: Project List.xls Page 3 of 3 CITY PROJECT NO. 97 - 20 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: �0 QPOFUS/p � �cC� �F1R TA�y@ e, CIZ Na.C VWa.l.l v Tevfik Tamb y, P. ' * Exp.6 0 Parsons Brinckerhoff Quade& Douglas, Inc. Jf CIV11 �Q Civil Engineer C 56955 9TF OF CA1�Fp�� Approved by: David J. Barakian, P.E. David R. Faessel, P. E. City Engineer, City of Palm Springs City Engineer, City of Cathedral City Civil Engineer C 28931 Civil Engineer C 18731 ANNUAL BRIDGE REPAIRS CITY PROJECT NO.97-20 4/11101 SIGNATURE PAGE N074 TO BIDDERS', PROPOSAL, CONOACT, 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 - Specifications and Plans Section 2 - Proposal Requirements and Conditions Section 3 - Award & Execution of Contract Section 4 - Scope of Work: Beginning of Work, Time of Completion, and Liquidated damages Section 5 - Control of Work Section 6 - Control of Materials Section 7 - Legal Relations and Responsibility Section 8 - Prosecution and Progress Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX "A" BRIDGE REPAIRS CITY PROJECT NO.97-20 SPECIAL PROVISIONS 3/8102 GENERAL CONTENTS- PAGE 1 • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS BRIDGE REPAIRS CITY PROJECT NO. 97-20 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 BRIDGE REPAIRS CITY PROJECT NO. 97-20 PART 1 CONTENTS 3/8/02 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing Bridge Repairs - City Project 97-20 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Bridge Repair Project, City Project 97-20 will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2 : 00 P.M. on April 2, 2002, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The work to be done consists, in general, of removing existing joint seal material, removing bridge concrete for joint seal replacement, cleaning joints, installing joint seal assemblies, 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 and B, 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 and B, payable to the City of Palm Springs . N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A Contractor license at the time of submitting bids . N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site . N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to BRIDGE REPAIRS CITY PROJECT NO.97-20 NOTICE INVITING BIDS 318/02 PAGE 1 time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . (b) Complete sets of said Contract Documents may be purchased at $25 . 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 Director of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For. . " followed by the title of the Project and the date and hour of opening Bids . The certified or cashier' s check or Bid Bond shall be enclosed in the same envelope with the Bid. , BY ORDER OF THE CITY OF PALM SPRINGS Date B� David J. Baraki n, PE Director of Public Works/City Engineer City of Palm Springs BRIDGE.REPAIRS CITY PROJECT NO.97-20 NOTICE INVITING BIDS 3/8/02 PAGE 2 1 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 Documents. All additional lands and access thereto required for temporary construction facilities or storage of BRIDGE REPAIRS CITY PROJECT NO. 97-20 INSTRUCTIONS TO 3/8/02 BIDDERS- PAGE 1 materiels and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 7 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held) until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM -The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and any conflict between the words and figures, the words shall govern. 9. SUBMITTAL. OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting) Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK - (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (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. BRIDGE REPAIRS CITY PROJECT NO 97-20 INSTRUCTIONS TO 3/8102 BIDDERS- PAGE 2 12. WITHDRAWAL OF BOThe Bid may be withdrawn by the Bidder byns 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 6 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. ' 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. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. BRIDGE REPAIRS CITY PROJECT NO.97-20 INSTRUCTIONS TO 3/8/02 BIDDERS-PAGE 3 131 Any notice it 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 - BRIDGE:REPAIRS CITY PROJECT NO.97-20 INSTRUCTIONS TO 3/8/02 BIDDERS- PAGE 4 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II - SPECIAL PROVISIONS BRIDGE REPAIRS CITY PROJECT NO. 97-20 Section 1 Specifications and Plans Section 2 Proposal Requirements and Conditions Section 3 Award & Execution of Contract Section 4 Scope of Work, Beginning of Work, Time of Completion, and Liquidated Damages Section 5 Control of Work Section 6 Control of Materials Section 7 Legal Relations and Responsibility Section 8 Prosecution and Progress Section 9 Measurement and payment Section 10 Construction Details BRIDGE REPAIS CONTENTS CITY PROJECT NO. 97-20- - PART II 3/8/02 SECTION 1 - SPECIFICATIONS AND PLANS 1-1 GENERAL Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications dated July 1999 and the Standard Plans dated July 1999, of the California Department of Transportation insofar as the same may apply and in accordance with the following Special Provisions : In case of conflict between the Contract Documents, the document with the highest precedence shall control. The order of precedence shall be as follows : 1 . Special Provisions 2 . Project Plans 3 . Caltrans Standard Specifications 4 . Caltrans Standard Plans 5 . City of Palm Springs Standard Plans 1-1 .1 Definitions and Terms . - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: 1-1.12 Days - As used in these Special Provisions, days shall mean calendar days, unless otherwise specified. 1-1.13 Department - Engineering Department of the City of Palm Springs, California. 1-1.15 Director - City Engineer of the City of Palm Springs, California. 1-1.18 Engineer - City Engineer of the City of Palm Springs, California. 1-1.24 Highway - Highway, roadway, street, avenue, lane, boulevard, or other public thoroughfare for vehicular traffic. 1-1.26 Liquidated Damages - The amount prescribed in the specifications, pursuant to the authority of Government Code Section 53069.85, to be paid to the City of Palm Springs 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. 1-1.29(A) Standard Plans - The Standard Plans of the City of Palm Springs and/or State of California Department of Transportation. 1-1.39 State - The City of Palm Springs, California, a legal entity organized and existing in the County of Riverside, State of California. SPECIAL PROVISIONS BRIDGE REPAIS SPECIFICATIONS AND PLANS CITY PROJECT NO. 97-20 SECTION 1 -PAGE 1 3/8/02 1-1.40 State Contract Act - All ',applicable provisions of the Public Contract Code (excluding Chapter ', 1, Division 2, Part 2, therein) , Government Code, Labor Code, Civil ,Code, Business & Professions Code, as they apply to contracts with local, public agencies, as defined in said codes. 1-2 Preliminary Matters . 1-2 . 01 Legal Address of the City: The official address of the City 'shall be City of Palm Springs, 3200 East 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 .02 Legal Address of the Engineer: The official address of the Engineer shall be City of Palm Springs, Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs; California 92263-2743, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2 .03 Legal Address of the City' s Project Representative: The name and address of the City' s designated Project Representative shall be City of Palm Springs Engineering Field Supervisor, Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs, California 92263-2743, or such other address as the Resident Project Representative may subsequently designate in writing to the Contractor. 1-2 . 04 Notification: The Contractor shall notify the City of Palm Springs, the City of Cathedral City, and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct : CITY OF CATHEDRAL CITY David Faessel, City Engineer (760) 770-0350 CITY OF PALM SPRINGS Tom Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance', Supervisor (760) 323 -6167 Dave Barakian, City Engineer (760) 323-8253 SPECIAL PROVISIONS BRIDGE REPAIS SPECIFICATIONS AND PLANS CITY PROJECT NO. 97-20 SECTION 1 -'PAGE 2 3/8/02 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA E DISON COMPANY Attention: Mr. Garry Dean (760) 202-4257 SOUTHERN CALIFORNIA GAS COMPANY Attention: Mr. 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 (B00) 227-2600 1-2 . 05 Emergency Information: The names, addresses, and telephone numbers of the Contractor, sub-contractors, or their representatives, shall be filed with the Engineer at the pre-construction meeting. END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS SPECIFICATIONS AND PLANS CITY PROJECT NO. 97-20 SECTION 1 - PAGE 3 3/8/02 SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1 . 01 Plans and Specifications . - The contract plans furnished consist of general drawings and show such details as are necessary to give a comprehensive idea of the construction contemplated. All authorized alterations affecting the requirements and information given on the contract plans shall be in writing. - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS PROPOSAL REQUIREMENTS &CONDITIONS CITY PROJECT NO. 97-20 SECTION 2-PAGE 1 3/8/02 SECTION 3 - AWARD AND EXECUTION OF CONTRACT The provisions of Section 3-1 . 02 of the Standard Specifications shall be changed to read as follows : 3-1 .02 Contract Bonds. a. Before execution of the Contract, the Contractor shall file surety bonds with the City to be approved by the City Council in the amounts and for the purposes noted below. Bonds issued by a surety who is listed in the latest version of U. S. Department of Treasury Circular 570, who is authorized to issue bonds in California, and whose bonding limitation shown in the said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the City. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995 . 660 (a) . The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. b. The Contractor shall provide two good and sufficient surety bonds. The Performance Bond shall be for 100 percent of the Contract Price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects . The bond must remain in effect until the end of all warranty periods set forth in the Contract. The Payment Bond (Material and Labor Bond) shall be for not less than 100 percent of the Contract Price, to satisfy claims of material suppliers and mechanics and laborers employed by it on the Work. The bond shall be maintained by the Contractor in full force and effect until the Work is accepted by the City and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. c. The Contractor shall provide for a one-year extension of the Performance Bond to cover the one-year correction and repair period for correction or removal and replacement of defective work. Said Performance Bond shall be maintained at not less than 15 percent of the Contract Price during said one-year extension. d. 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 SPECIAL PROVISIONS BRIDGE REPAIS AWARD &EXECUTION OF CONTRACT CITY PROJECT NO. 97-20 SECTION 3-PAGE 1 3/8/02 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 submittedwith 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. The provisions of Section 3-1 . 03 , of the Standard Specifications shall be changed to read as follows: 3-1 . 03 Execution of Contract. The contract shall be signed by the successful bidder and returned, together with the contract bonds, within the number of days specified in the Instructions to Bidders . - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS AWARD & EXECUTION OF CONTRACT CITY PROJECT NO. 97-20 SECTION 3-PAGE 2 3/8/02 SECTION 4 - SCOPE OF WORK; BEGINNING OF WORK; TIME OF COMPLETION; AND LIQUIDATED DAMAGES Attention is directed to the provisions of Section 8-1 . 03 "Beginning of Work, " Section 8-1. 06 "Time of Completion, " and Section 8-1 . 07 "Liquidated damages" of the Standard Specifications and these Special Provisions . The Contractor shall begin work within 15 calendar days after the Contract has been approved by the legal counsel of the City and a written Notice to Proceed issued to the Contractor. The Work, if awarded to include both Bid Schedules A and B, shall be diligently prosecuted to completion before the expiration of: 30 WORKING DAYS from the date specified in the Notice to Proceed. In the event that both Bid Schedules are not awarded, the Work shall be completed as indicated below. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 25 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: 20 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 the sum specified 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. - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS SCOPE OF WORK CITY PROJECT NO. 97-20 SECTION 4- PAGE 1 3/8/02 • • SECTION 5 - CONTROL OF WORK 5-1 . 01 Warranty Performance Bond. - The Performance Bond furnished by the Contractor shall remain in force and effect, and shall not be exonerated for a period of one year after the City' s acceptance of the project; or, at the Contractor' s option in lieu thereof, the Contractor may furnish a Warranty Performance Bond prior to acceptance of the work, in a sum not less than 15 percent of the face amount of the contract, such bond to guarantee Contractor' s performance of the obligation to repair or replace defective materials or workmanship as stated elsewhere in these provisions, and to remain in effect for a period of one year from the date of City' s acceptance of the project. Nothing in this paragraph shall be deemed or construed to limit the Contractor' s obligation of performance. 5-1. 02 Access or Temporary Rights-of-Way. - All access or construction rights-of-way of a temporary nature, other than shown on the plans, which the Contractor may find that it required during progress of the work, shall be arranged for and paid for entirely by the Contractor, at its own expense. 5-1 .03 Protection of Survey Monuments. - It shall be the Contractor' s responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes . Removal of such monuments, or displacement thereof, shall require their resetting per City Standards for the existing type of monument at the Contractor' s expense. The existing pipe monument shall not be disturbed. The City will maintain a survey location check on the monument without cost to the Contractor. Contractor is advised that resetting of monuments will be done by the City' s survey crew. Should the Contractor anticipate removal of any survey monuments, it shall notify the Engineer before removal. The Contractor shall be financially responsible for reinstalling the monument well, and the City' s survey crew will reset the monument. 5-1.04 Surveying. - All construction staking and field marking for job limits, saw-cut lines and removals will be done by the Contractor. 5-1. 05 Authority of Engineer. - The Engineer shall decide all questions which may arise as to the quality or acceptability of SPECIAL PROVISIONS BRIDGE REPAIS CONTROL OF WORK CITY PROJECT NO. 97-20 SECTION 5-PAGE 1 3/8/02 materials furnished and work performed, and as to the manner of performance and rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to compensation. His decision shall be final and he shall have authority to enforce and make effective such decisions sand orders which the Contractor fails to carry out promptly. 5-1 . 06 Inspection. - The Engineer shall, at all times, have safe access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship , are in accordance with the requirements and intentions of the Specifications, the Special Provisions, and the Plans. All work done and all materials furnished shall be subject to his inspection. When the work has been completed, the Engineer will make the final inspection. 5-1 .07 Addenda. - Any questions or comments that prospective bidders may have concerning the plans, specifications, or Special Provisions should be directed to the Engineer. Any written clarifications will be issued as addenda generated by the Engineer. Any addenda issued during the time of bidding shall be acknowledged as a part of the Contract Documents . 5-1 .08 Site Examination. - Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the work, and the . general and local conditions particularly, but without limitation to all other matters which can in any way affect the work or ' the cost thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable conditions will not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully performing the work. 5-1 . 09 Flow and Acceptance of Water. - It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that it has investigated the risk arising from such waters and has prepared its bid accordingly; and the Contractor submitting a bid shall assume all risk. 5-1 .10 Prohibition Against Subcontracting or Assignment. - The experience, knowledge, capability and reputation of the SPECIAL PROVISIONS BRIDGE REPAIS CONTROL OF WORK CITY PROJECT NO. 97-20 SECTION 5 - PAGE 2 3/8/02 0 Contractor, its principals and employees were a substantial inducement for the City to enter into this Contract. Therefore, the Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without prior written approval of the City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than 25 percent of the present ownership and/or control of the Contractor, taking all transfers into account on a cumulative basis . In the event of any such unapproved transfer, including any bankruptcy proceeding, this Contract shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express written consent of the City. This Article does not apply to the assignment of anti-trust actions by the Contractor or subcontractor under the provisions of Section 7-1. 011 of the Standard Specifications . - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS CONTROL OF WORK CITY PROJECT NO. 97-20 SECTION 5-PAGE 3 3/8/02 0 SECTION 6 -- CONTROL OF MATERIALS 6-1 TRADE NAMES OR EQUALS 6-1 .01 Substitutions or Approved Equals . - Contractors requesting approval of "equal products" shall submit their request, along with data substantiating such request, to the Engineer no later than 20 days after bid opening. Data for approval of other materials shall include complete calculations, technical data, samples and/or printed materials relating to performance and physical characteristics of proposed substitutes . Appearances of manufacturers, company names, details of products or services, or product names, in either plans or specifications, are specified or designated for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-1 .02 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 6-1. 01, 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. 6-1 .02 Quantities. - Contractor shall submit, with its billing invoice, a corrected list of quantities, verified by the Engineer, for items shown in the unit price Bid Schedule. 6-1 .03 Placing Orders . - The Contractor shall place the order (s) for all long-lead supplies, materials and equipment for any and all water, telephone, electrical, gas, sanitary sewer and traffic signal facilities within 3 working days after the award of contract by the City of Palm Springs City Council . The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract . SPECIAL PROVISIONS BRIDGE REPAIS CONTROL OF MATERIALS CITY PROJECT NO, 97-20 SECTION 6-PAGE 1 3/8/02 6-1 . 04 Correction and Repair ,Period: - If within one year after the date of completion and acceptance of the Work, or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is, found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City' s written, instructions: (i) correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement, including claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or: replacement of work of others) will be paid by the Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents . Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under Subsection 6-1 . 04, the correction period hereunder with respect to such Work will be extended for an, additional period of one year after such correction or removal and replacement has been satisfactorily completed. - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS CONTROL OF MATERIALS CITY PROJECT NO. 97-20 SECTION 6- PAGE 2 3/8/02 0 • SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY 7-1 LEGAL RELATIONS The following modifications, deletions, additions, or other changes shall be made to the indicated articles, paragraphs, and sub- paragraphs of Section 7 of the Standard Specifications . 7-1.01 Laws to be Observed. - The original provisions of Section 7-1 . 01 shall be deleted and the following substituted therefor: 117-1 . 01 Laws to be Observed. - 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 jurisdiction or 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 Director of Public Works and the Engineer, against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees . If any discrepancy or inconsistency is discovered in the plans, drawings, specifications, 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. " 7-1 . 02 Labor Code Requirements . - Attention is directed to the following requirements of the Labor Code: 7-1.02 . 1 Hours of Labor. - The Contractor shall comply with the provisions of Section 7-1. 01A (1) of the Standard Specifications . 7-1 .02 .2 Prevailing Wage. - The provisions of Section 7-1 . 01A (2) shall be modified to read: "7-1 .01A(2) Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO, 97-20 SECTION 7-PAGE 1 3/8/02 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 City, which copies shall be made available to any interested party on request . The Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the contract by him or by any subcontractor under him. " 7-1 .023 Travel and Subsistence Payments . - The provisions of Section 7-1 . 01A (2) (a) shall be modified to read: "7-1 . 01A(2) (a) 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 workman needed to execute the contracts 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 . " 7-1 .02 . 4 Labor Non-Discrimination. - The provisions of Section 7- 1 . 01A(4 ) shall be modified to read: "7-1 .01A(4) Labor Non--Discrimination. - Attention is directed to Section 1735 of the Labor Code, which reads as follows : "No discrimination shall be made in the employment of persons on', public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS & RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7 -PAGE 2 3/8/02 for public works violating this Section is subject to all the penalties imposed for violation of this Chapter. " All references in said Section 7-1. 01A (4) to Chapter 5 of Division 4 of Title 2 of California Code of Regulations is hereby deleted. 7-1 . 02 .5 Apprentices. - The provisions of Section 7-1 . 01A (5) shall be modified to read: "7-1 .01A(5) Apprentices . - The Contractor shall comply with all applicable provisions of Section 1777 . 5 and 1777 . 6 of the California Labor Code relating to employment of apprentices on public works. " 7-1 . 03 Additional Provisions . - The following additional Paragraphs 7-1 . 23 through 7-1. 29, inclusive, shall be inserted at the end of Section 7 of the Standard Specifications : 117-1.23 Contractor Not Responsible For Damage Resulting From Certain Acts of God. - As provided in Section 7105 of the California Public Contract Code, the Contractor shall not be responsible for the cost of repairing or restoring damage to the Work which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted amount, provided, that the Work damaged was built in accordance with accepted and applicable building standards and the plans and specifications of the City. The Contractor shall obtain insurance to indemnify the City for any damage to the Work caused by an act of God if the insurance premium is a separate bid item in the bidding schedule for the Work. For purposes of this section, the term "acts of God" shall include only the following occurrences or conditions and effects : earthquakes in excess of a magnitude of 3 . 5 on the Richter Scale, and tidal waves . " 117-1 .24 Notice of Completion. - In accordance with the Sections 3086 and 3093 of the California Civil Code, within 10 days after date of acceptance of the Work by the City Council, the City will file, in the County Recorder' s office, a Notice of Completion of the Work. 117-1 .25 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 SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7- PAGE 3 318102 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. " "7-1 .26 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 insure 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 chattered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention provided by the City between the escrow agent and the City which provides that no portion of the securities shall be paid to th Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code and to bank or savings and loan certificates of deposit. " 117-1 .27 Removal, Relocation, or Protection of Existing Utilities . - 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 apart 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 SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS& RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7-PAGE 4 3/8/02 0 and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities . Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " 117-1.28 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - As required under Section 7104 of the Public Contracts Code, in any public works contract of a local public entity which involves the digging trenches or other excavations that extend deeper than 4 feet below the surface shall be subject to the following conditions : The Contractor shall promptly, and before the following conditions are disturbed, notify the public entity in writing, of any: (1) Material that the Contractor believes may be material that is hazardous waste as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. (2) Subsurface or latent physical conditions at the site differing from those indicated. (3) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily _ SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7-PAGE 5 3/8/02 • encountered and generally recognized as inherent in work of the character provided for in the Contract . " "7-1 .29 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 demand 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 or 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. SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7- PAGE 6 318/02 If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-1 . 04 Permits and Fees. - The Contractor is required to obtain and sign a City construction permit from the City of Palm Springs, but the fee will be waived. The Contractor is responsible to obtain an Encroachment Permit from the City of Cathedral City, prior to work on the Ramon Bridge; the fee will be waived. 7-1 .05 Business License. - The Contractor and all subcontractors shall posses a current business license issued by the City of Palm Springs and City of Cathedral City prior to performing any work, in accordance with the Palm Springs and Cathedral City Municipal Codes . 7-1 . 06 Contractor' s Representative. - The Contractor shall designate, in writing, before starting work, an authorized representative who shall have the authority to represent and act for the Contractor. 7-1.07 Disposal Site. - The Contractor is required to 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 meeting. The Contractor shall obtain City approval for storage or disposal sites located on City-owned property by executing a hold harmless agreement prior to stockpiling on City-owned property or hauling on City routes . The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner' s approval . 7-1 . 08 Cleanup.. - During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material, trash, rubbish and debris, and legally dispose of same . The Contractor shall leave all areas of project in a neat, clean and acceptable condition as approved by the Engineer. The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. 7-1 .09 Dust Control. - The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a construction meter is required by the Engineer, the Contractor SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7-PAGE 7 3/8/02 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. 7-1 .10 Protection of Existing Improvements. - It shall be the Conti-actor' s responsibility to protect all the existing improvements . Should the Contractor anticipate removal of any sidewalk, curb and gutter, driveway approach, trees, hedges, oleanders, fence, wall, signs, water valves, irrigation system and associated electrical service, etc. , repair and replacement shall be at least equal to existing improvements . Payment for providing all work necessary to protect, remove and restore existing improvements shall be included in the price of various items in the Bid Schedule, ' and no additional payment will be made therefor. 7-1 .11 Damage to Adjacent Property. - 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 own expense, shall make any repa:Lrs that result from its operation, to the approval of the Engineer and the affected property owner. 7-1 .12 Traffic Control and Access. - All work performed on the Ramon Road bridge at the Whitewater River crossing will be limited to the hours of 9 : 00 P.M. to 5 : 00 A.M. No work shall be performed at other times without prior written approval of the Engineer. The Contractor shall provide for the closure of one-half (north or south) of the bridge, while maintaining one lane of traffic open in each direction. Work shall be phased such that construction occurs within each half of the bridge closed for construction. All four (4) lanes on the Ramon Road bridge shall be open to traffic no later than 5:00 A.M. each day. It steal-1 be the Cont.ractor' s responsibility to adequately bridge the work site to the satisfaction of the City Engineer at the end of each workday, including, but not limited to, steel plating or other approved methods, to provide for the safe passage of all traffic. The Contractor shall include in its Bid all costs associated with phasing its construction during these hours and providing for traffic control as necessary to meet this requirement. The Contractor shall coordinate with :the City of Cathedral City if traffic signal operations require 'modification at Ramon Road and Landau Boulevard. The Contractor shall submit tol the Engineer, at the pre- construction meeting, 3 sets of the proposed traffic control plans SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7-PAGE 8 3/B/02 for this project, for his approval. Any changes requested by the Engineer will be incorporated into the traffic control plans prior to issuing any permits . The traffic control plan must be a detailed plan showing the proposed phase construction, all detours planned within the construction site, and must include signage (each sign designation shown) , solar-powered arrow boards, delineators, barricades, etc. This traffic control plan must be prepared by a registered Civil or Traffic Engineer on 24-in x 36- in blueprints, unless otherwise required by the Engineer, and will be an included cost in the bid items on traffic control . A traffic control plan will be required for Ramon Road and Sunrise Way. The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic for all work in the construction area, including solar powered arrow boards. All traffic controls shall be clearly posted with signs prior to the beginning of any work. All traffic restrictions listed herein are to supplement other traffic regulations of the City and are not intended to delete any part of these regulations. 7-1 . 13 Travel Lanes. - Except as specified below, the Contractor is responsible for maintaining a minimum of one lane open each direction to traffic during construction. Emergency exits shall be maintained to all residences and businesses at all times during construction. On Sunrise Way, the Contractor shall open the street to regular traffic at night . On Ramon Road, the Contractor shall open the street to regular traffic during the day. A one-time, four (4) hour closure of through traffic on the Ramon Road bridge at the Whitewater River crossing will be allowed for the construction of the sheet neoprene, and cover plate. This closure will be allowed between midnight and 4 : 00 A.M. , subject to the approval of the Engineer. This closure shall be made part of the Contractor' s submittal of the traffic control plan, as specified in Section 7-1 . 12, `Traffic Control and Access ." Flaggers will be required to insure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the price for traffic control in the Bid Schedule and no separate payment will be made therefor. 7-1. 14 Restriction of Street Work on Major and Secondary Thoroughfares. - Construction work is permitted on Ramon Road and Sunrise Way in the City of Palm Springs from Memorial Day through November 15, unless otherwise approved by the City Council of the City of Palm Springs and thereby directed by the Engineer. 7-1. 15 Construction Signing, Lighting and Barricading. - Construction signing, lighting and barricading shall be provided SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO, 97-20 SECTION 7-PAGE 9 3/B/02 • on all projects as required by City Standards or as directed by the 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. 7-1 . 16 Detours. - The Contractor shall construct and remove detours for the use of public traffic as provided in the special provisions, or as shown on the ''plans, or as directed by the Engineer. Payment for such work shall be included in the price of all items of work, and no other payment shall be made therefor. 7-1 . 17 Safety and Health Provisions . - Attention is directed to Section 7-1 . 06 of the Standard Specifications and the provisions thereof. Cal/OSHA requirements and the provisions of the "Permit to Excavate" obtained by the Contractor from the State Division of Industrial Safety shall be complied with. 7-1 .18 Public Safety During Non-Working Hours . - Notwithstanding the Contractor' s primary responsibility for safety on the jobsite 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 job site. If such procedure is implemented, the Contractor shall bear all expenses incurred by the City. 7-1 . 19 Equipment Moving. - When moving from one construction location to another, a pilot vehicle shall lead all construction equipment . Flashing lights, flags ,and warning signs shall be used as necessary to ensure public safety. All costs for equipment moving shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. 7-1 .20 The Contractor, An Independent Contractor. - It is understood and agreed that the Contractor is and at all times shall be, an independent Contractor and nothing contained herein shall be construed as making the Contractor, or any individual whose compensation for services is paid by the Contractor, an agent or employee of the City, or authorizing the Contractor to create or assume any obligation or liability for or on behalf of the City. 7-2 BONDS AND INSURANCE 7-2 . 1 Insurance Amounts: - The City of Cathedral City, its officers, employees and agents, ', shall be named as additional SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS & RESPONSIBILITY CITY PROJECT NO. 97-20 SECTION 7- PAGE 10 318/02 insured under the insurance required by this section only as it pertains to work on the Ramon Road bridge. The limits of liability for insurance as required by Article 7-1 . 12 of the Standard Specifications shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations : 1. Workers' Compensation: a) State: Statutory Amount Or a minimum of $1, 000, 000 b) Employer' s Liability: $1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage: $ 1, 000, 000 Each Occurrence $ 11000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $1, 000, 000 Annual Aggregate 3 . Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $1, 000, 000 Each Person $1, 000, 000 Each Occurrence b) Property Damage: $1, 000, 000 Each Occurrence Or a combined single limit of $1, 000, 000 - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS LEGAL RELATIONS& RESPONSIBILITY CITY PROJECT NO, 97-20 SECTION 7-PAGE 11 318102 0 SECTION 8 - PROSECUTION AND PROGRESS 8-1 . 1 Schedule of Work. - A schedule of work shall be provided by the Contractor at the pre-construction meeting. The Contractor' s schedule, as submitted, is subject to approval by the Engineer. The Contractor shall also provide a list of all subcontractors and suppliers at said meeting. All subcontractors shall be present at the pre-construction meeting. 8-1 .2 Hours of Operation. - All work performed on the Ramon Road bridge at the Whitewater River crossing will be limited to the hours of 9: 00 P.M. to 5: 00 A.M. No work shall be performed at other times without prior written approval of the Engineer . The Contractor shall refer to Section 7-1 . 12, "Traffic Control and Access," for further information. The Contractor will be required to perform the Work on the Ramon Road bridge between the hours of 7 : 00 A.M. to 3 : 30 P.M. , Monday through Friday. The Work on the Sunrise Way bridge shall be performed in accordance with the following provisions: It shall be unlawful for any person to operate, permit, use or cause to operate any of the following types of vehicles, equipment, or tools, other than between the hours of 7 : 00 a.m. to 3 : 30 p.m. , Monday through Friday (no work allowed on legal holidays) , unless otherwise approved by the Engineer, and except for working premium hours as discussed under "Completion Schedule" : a) Powered Vehicles b) Construction Equipment c) Loading and Unloading Vehicles d) Domestic Power Tools - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS PROSECUTION&PROGRESS CITY PROJECT NO. 97-20 SECTION 8-PAGE 1 3/8102 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1 . 1 Description: - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including 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 Progress 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 . The final retention monies will be released to the Contractor 35 days after the Notice of Completion recordation date. 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 materialmen for all work and materials included in any prior invoices; SPECIAL PROVISIONS BRIDGE REPAIS MEASUREMENT AND PAYMENT CITY PROJECT NO. 97-20 SECTION 9-PAGE 1 3/B/02 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 materialmen. 9-2 PAYMENT SCHEDULE 9-2 .01 Hid Schedule: - All pay line items will be paid for at the unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets are supplied only to give an indication of the general scope of the Work; the City does not expressly nor by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price item of work in accordance with the provisions of Section 4-1 . 03 of the Standard Specifications. 9-2 .02 Initial Mobilization: - Measurement for payment for initial mobilization will be considered as included in the various bid items, and no additional payment will be made therefore. - END OF SECTION - SPECIAL PROVISIONS BRIDGE REPAIS MEASUREMENT AND PAYMENT CITY PROJECT NO. 97-20 SECTION 9-PAGE 2 3/8/02 SECTION 10 - CONSTRUCTION DETAILS 10-1 GENERAL 10-1. 1 Description of Bridge Work: The bridge work to be done on the Ramon Road Bridge at the Whitewater River consists, in general, of removing the existing joint material at Piers No. 5 and 10, saw cutting the deck and removing bridge concrete necessary for replacement of the joint seal with a joint seal assembly, cleaning the joints and installing new joint seal assembly, MR = 3" , and all appurtenant work, as shown on plans . The bridge work to be done on the Sunrise Way Bridge at Tahquitz Creek consists, in general, of removing the existing joint material at both abutments, saw cutting the deck and removing bridge concrete necessary for replacement of the joint seal, cleaning the joints and installing new joint seal Type B; MR = 1" , and all appurtenant work as shown on plans . 10-1 .2 ORDER OF WORK Order of work shall conform to the provisions in Section 5-1 . 05, "Order of Work, " of the Standard Specifications and these special provisions . Attention is directed to "Maintaining Traffic" and "Temporary Pavement Delineation" of these special provisions and to the stage construction sheets of the plans . The work shall be performed in conformance with the stages of construction shown on the plans . Non-conflicting work in subsequent stages may proceed concurrently with work in preceding stages, provided satisfactory progress is maintained in the preceding stages of construction. In each stage, after completion of the preceding stage, the first order of work shall be the removal of existing pavement delineation as directed by the Engineer. Pavement delineation removal shall be coordinated with new delineation so that lane lines are provided at all times on traveled ways open to public traffic . Before obliterating any pavement delineation that is to be replaced on the same alignment and location, as determined by the Engineer, the pavement delineation shall be, referenced by the Contractor, with a sufficient number of control points to ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 1 reestablish the alignment and location of the new pavement delineation. The references shall include the limits or changes in striping pattern, including one- and 2-way barrier lines, limit lines, crosswalks and other pavement markings . Full compensation for referencing pavement delineation shall be considered as included in the lump sum price paid for "Traffic Control," and no additional compensation will be allowed therefor. 10-2 . PORTLAND CEMENT CONCRETE Portland cement concrete shall conform to the provisions in Section 90, "Portland Cement Concrete, " of the Standard Specifications and these special provisions . Unless the use of a mineral admixture is prohibited, whenever the word "cement" is used in the Standard Specifications or the special provisions, it shall be understood to mean "cementitious material" when both of the following conditions are met : A. The cement content of portland', cement concrete is specified, and B. Section 90, "Portland Cement Concrete, " of the Standard Specifications is referenced. Section 90-1 . 01, "Description, " of, the Standard Specifications is amended to read: 90-1 . 01 DESCRIPTION - Portland cement concrete shall be composed of cementitious material, fine aggregate, coarse ,aggregate, admixtures if used, and water, proportioned and mixed as specified in these specifications . - Unless otherwise specified, cementitious material to be used in portland cement concrete shall conform to the provisions for cement and mineral admixtures' in Section 90-2, "Materials, " and shall be either: 1) "Type II (MS) Modified" cement or 2) a combination of "Type II Modified," portland cement and mineral admixture . - Concrete for each portion of the work shall comply with the provisions for the Class, cementitious material content in kilograms per cubic meter, 28-day compressive strength, minor concrete or commercial quality concrete, as shown on the plans or specified in these specifications 'or the special provisions . - Class 1 concrete shall contain not less than 400 kg of cementitious material per cubic me!,ter. ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 318102 SECTION 10-PAGE 2 - Class 2 concrete shall contain not less than 350 kg of cementitious material per cubic meter. - Class 3 concrete shall contain not less than 300 kg of cementitious material per cubic meter. - Class 4 concrete shall contain not less than 250 kg of cementitious material per cubic meter - Minor concrete shall contain not less than 325 kg of cementitious material per cubic meter unless otherwise specified in these specifications or the special provisions . - Unless otherwise designated on the plans or specified in these specifications or the special provisions, the amount of cementitious material used per cubic meter of concrete in structures or portions of structures shall conform to the following: ------------------------------------------------------------------------------ Cementitious Material Content Use (kg/m3) Concrete which is designated by compressive strength: Deck slabs and slab spans of bridges 400 min. , 475 max. Roof sections of exposed top box culverts 400 min. , 475 max. Other portions of structures 350 min. , 475 max. ----------------------------------------------------------------------------- Concrete not designated by compressive strength: Deck slabs and slab spans of bridges 400 min. Roof sections of exposed top box culverts 400 min. Prestressed members 400 min. Seal courses 400 min. Other portions of structures 350 min. ----------------------------------------------------------------------------- Concrete for precast members 350 min. , 550 max. -- --------------------------------------- - Whenever the 28-day compressive strength shown on the plans is greater than 25 MPa, the concrete shall be considered to be designated by compressive strength. If the plans show a 28-day compressive strength which is 31 MPa or greater, an additional 7 days will be allowed to obtain the specified strength. The 28-day compressive strengths shown on the plans which are 25 MPa or less are shown for design information only and are not to be considered a requirement for acceptance of the concrete. - Concrete designated by compressive strength shall be proportioned such that the concrete will conform to the strength shown on the plans or specified in the special provisions . - The Contractor shall determine the mix proportions for all concrete except pavement concrete. The Engineer will determine the mix proportions for pavement concrete. - Before using concrete for which the mix proportions have been determined by the Contractor, or in advance of revising those mix proportions, the Contractor shall submit in writing to the Engineer a copy of the mix design. ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 3 • - Compliance with cementitious material content requirements will be verified in conformance with procedures described in California Test 518 for cement content . For testing purposes, mineral admixture shall be considered to be cement . Batch proportions shall be adjusted as , necessary to produce concrete having the specified cementitious material content . - If any concrete used in ' the work has a cementitious material content, consisting of cement, mineral admixture, or cement plus mineral admixture, which is less than the minimum required for the work, the concrete shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place and the Contractor shalt pay to the State $0 . 55 for each kilogram of cement, mineral admixture, or cement plus mineral admixture which is less than the minimum required for the work. The Department may deduct the amount from moneys due, or that may become due, the Contractor under the contract . The deductions will not be made unless the difference between the contents required and those actually provided exceeds the batching tolerances permitted by Section 90- 5, "Proportioning. " No deductions for cementitious material content will be made based on the results of California Test 518 . - The requirements of the ,preceding paragraph shall not apply to minor concrete or commercial quality concrete . - Concrete for which the mix proportions are determined either by the Contractor or the Engineer shall conform to the requirements of this Section 90 . The first paragraph in Section 90-2 . 01, "Portland Cement, " of the Standard Specifications is amended to read: 90-2 . 01 PORTLAND CEMENT - Unless otherwise specified, portland cement shall be either "Type IP (MS) Modified" cement or "Type II Modified" portland cement . - "Type IP (MS) Modified" . cement shall conform to the specifications for Type IP (MS) cement in ASTM Designation : C 595, and shall be comprised of an intimate mixture of Type II cement and not more than 25 percent of a mineral admixture . The type and minimum amount of mineral admixture used in the manufacture of "Type IP (MS) Modified" cement shall be in conformance with the provisions in, Section 90-4 . 08, "Required Use of Mineral Admixtures . " - "Type II Modified" portland cement shall conform to the requirements for Type II portland cement in ASTM Designation: C 150 . - In addition, "Type IP (MS)' Modified" cement and "Type II Modified" portland cement shall conform to the following ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 4 requirements : A. The cement shall not contain more than 0 . 60 percent by mass of alkalines, calculated as the percentage of Na20 plus 0 . 658 times the percentage of K20, when determined by either direct intensity flame photometry or by the atomic absorption method. The instrument and procedure used shall be qualified as to precision and accuracy in conformance with the requirements in ASTM Designation: C 114 . B. The autoclave expansion shall not exceed 0 . 50 percent . C. Mortar, containing the cement to be used and Ottawa sand, when tested in conformance with California Test 527, shall not expand in water more than 0 . 010 percent and shall not contract in air more than 0 . 048 percent except that when cement is to be used for precast prestressed concrete piling, precast prestressed concrete members or steam cured concrete products, the mortar shall not contract in air more than 0 . 053 percent. The second paragraph in Section 90-2 .01, "Portland Cement, " of the Standard Specifications is amended to read: - Type III and Type V portland cements shall conform to the requirements in ASTM Designation: C 150, and the additional requirements listed above for Type II Modified portland cement, except that when tested in conformance with California Test 527, mortar containing Type III portland cement shall not contract in air more than 0 . 075 percent . The third paragraph in Section 90-2 . 01, "Portland Cement, " of the Standard Specifications is deleted. The twelfth paragraph in Section 90-2 .02 , "Aggregates, " of the Standard Specifications is deleted. The first paragraph in Section 90-2 . 03, "Water, " of the Standard Specifications is amended to read: 90-2 . 03 WATER - In conventionally reinforced concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 1, 000 parts per million of chlorides as Cl, nor more than 1, 300 parts per million of sulfates as SO4 . In prestressed concrete work, the water for curing, for washing aggregates, and for mixing shall be free from ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 318/02 SECTION 10-PAGE 5 oil and shall not contain more than 650 parts per million of chlorides as Cl, nor more than 1, 300 parts per million of sulfates as SO4 . In no case shall , the water contain an amount of impurities that will cause either: 1) a change in the setting time of cement of more than 25 percent when tested in conformance with the requirements in ASTM : Designation: C 191 or ASTM Designation: C 266 or 2) a reduction in the compressive strength of mortar at 14 days of more than 5 percent, when tested in conformance with the requirements in ASTM Designation: C 109, when compared to the results obtained with distilled water or deionized water, tested in conformance with the requirements in ASTM Designation: C 109 . The following section is added to Section 90-2 , "Materials, " of the Standard Specifications : 90-2 . 04 ADMIXTURE MATERIALS - Admixture materials shall conform to the requirements in the following ASTM Designations : A. Chemical Admixtures - ASTM Designation: C 494 . B. Air-entraining Admixtures, - ASTM Designation: C 260 . C. Calcium Chloride - ASTM Designation: D 98 . D. Mineral Admixtures - Coal fly ash, raw or calcined natural pozzolan as specified in ASTM Designation: C618 . Silica fume conforming to the requirements in ASTM Designation: C 1240, with reduction of mortar expansion of 80 percent, minimum, using the cement from the proposed mix design. - Mineral admixtures shall be used in conformance with the provisions in Section 90-4 . 08,, "Required Use of Mineral Admixtures . " Section 90-4 .02, "Materials, " of the Standard Specifications is amended to read: 90-4 . 02 MATERIALS - Admixture materials shall conform to the provisions in Section 90-2 . 04, "Admixture Materials . " Section 90-4 . 05, "Optional Use of Chemical Admixtures , " of the Standard Specifications is amended, to read: 90-4 . 05 OPTIONAL USE OF CHEMICAL ADMIXTURES - The Contractor will be permitted to use Type A or F, ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 6 • water-reducing; Type B, retarding; or Type D or G, water-reducing and retarding admixtures as described in ASTM Designation: C 494 to conserve cementitious material or to facilitate concrete construction application subject to the following conditions : A. When a water-reducing admixture or a water-reducing and retarding admixture is used, the cementitious material content specified or ordered may be reduced by a maximum of 5 percent by mass except that the resultant cementitious material content shall be not less than 300 kilograms per cubic meter. B. When a reduction in cementitious material content is made, the dosage of admixture used shall be the dosage used in determining approval of the admixture. Section 90-4 . 07, "Optional Use of Air-entraining Admixtures, " of the Standard Specifications is amended to read: 90-4 . 07 OPTIONAL USE OF AIR-ENTRAINING ADMIXTURES - When air-entrainment has not been specified or ordered by the Engineer, the Contractor will be permitted to use an air- entraining admixture to facilitate the use of any construction procedure or equipment provided that the average air content, as determined by California Test 504, of 3 successive tests does not exceed 4 percent and no single test value exceeds 5 . 5 percent. If the Contractor elects to use an air-entraining admixture in concrete for pavement, the Contractor shall so indicate at the time the Contractor designates the source of aggregate as provided in Section 40-1 . 015, "Cement Content . " Section 90-4 .08, "Required Use of Mineral Admixtures, " of the Standard Specifications is amended to read: 90-4 . 08 REQUIRED USE OF MINERAL ADMIXTURES - Unless otherwise specified, mineral admixture shall be combined with cement to make cementitious material for use in portland cement concrete. - The calcium oxide content of mineral admixtures shall not exceed 10 percent and the available alkali, as sodium oxide equivalent, shall not exceed 1 . 5 percent when determined in conformance with the requirements in ASTM Designation: C618 . - The amounts of cement and mineral admixture used in cementitious material for portland cement concrete shall be sufficient to satisfy the minimum cementitious material content requirements specified in Section 90-1 . 01, "Description, " or ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO, 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 7 Section 90-4 . 05, "Optional Use of Chemical Admixtures, " and shall conform to the following: A. The minimum amount of cement shall not be less than 75 percent by mass of the specified minimum cementitious material content . B. The minimum amount of mineral admixture to be combined with cement shall be determined using one of the following criteria: 1 . When the calcium oxide content of a mineral admixture, as determined in conformance with the requirements in ASTM Designation: C618 and the provisions in Section 90- 2 . 04, "Admixture Materials, " is equal to or less than 2 percent by mass, the amount of mineral admixture shall not be less than 15 percent by mass of the total amount of cementitious material to be used in the mix. 2 . When the calcium oxide content of a mineral admixture, as determined in conformance with the requirements in ASTM Designation: C618 and the provisions in Section 90- 2 . 04 , "Admixture Materials, " is greater than 2 percent, the amount of mineral admixture shall , not be less than 25 percent by mass of the total amount of cementitious material to be used in the mix. 3 . When a mineral admixture is used, which conforms to the provisions for silica fume', in Section 90-2 . 04 , "Admixture Materials, " the amount of mineral admixture shall not be less than 10 percent by mass of the total amount of cementitious material to be used in the mix. C. If more than the required amount of cementitious material is used, the additional cementitious material in the mix may be either cement, a mineral admixture conforming to the provisions in Section 90-2 . 04, "Admixture Materials, " or a combination of both; however, the maximum total amount of mineral admixture shall not exceed 35 percent by mass of the total amount of cementitious ',material to be used in the mix. Where Section 90-1 . 01, "Description, " specifies a maximum cementitious content in kilograms per cubic meter, the total mass of cement and mineral admixture per cubic meter shall not exceed the specified ,maximum cementitious material content . Section 90-4 .09, "Optional Use of Mineral Admixtures, " of the Standard Specifications is deleted. ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 8 • Section 90-4 . 11, "Storage, Proportioning, and Dispensing of Mineral Admixtures, " of the Standard Specifications is amended to read: 90-4 . 11 STORAGE, PROPORTIONING, AND DISPENSING OF MINERAL ADMIXTURES - Mineral admixtures shall be protected from exposure to moisture until used. Sacked material shall be piled to permit access for tally, inspection, and identification for each shipment - Adequate facilities shall be provided to assure that mineral admixtures meeting the specified requirements are kept separate from other mineral admixtures in order to prevent any but the specified mineral admixtures from entering the work. Safe and suitable facilities for sampling mineral admixtures shall be provided at the weigh hopper or in the feed line immediately in advance of the hopper. - Mineral admixtures shall be incorporated into concrete using equipment conforming to the requirements for cement weigh hoppers, and charging and discharging mechanisms in ASTM Designation: C 94, in Section 90-5 . 03, "Proportioning, " and in this Section 90-4 . 1 1 . - When interlocks are required for cement and mineral admixture charging mechanisms by Section 90-5 . 03A, "Proportioning for Pavement, " and cement and mineral admixtures are weighed cumulatively, their charging mechanisms shall be interlocked to prevent the introduction of mineral admixture until the mass of cement in the cement weigh hopper is within the tolerances specified in Section 90-5 . 02, "Proportioning Devices . " - Mineral admixture used in concrete for exposed surfaces of like elements of a structure shall be from the same source and of the same percentage. Section 90-5. 02, "Proportioning Devices, " of the Standard Specifications is amended to read: 90-5 . 02 PROPORTIONING DEVICES - Weighing, measuring or metering devices used for proportioning materials shall conform to the provisions in Section 9-1 . 01, "Measurement of Quantities, " and this Section 90- 5 . 02 . In addition, automatic weighing systems used shall comply with the provisions for automatic proportioning devices in Section 90-5 . 03A, "Proportioning for Pavement . " These automatic devices shall be automatic to the extent that the only manual operation required for proportioning the aggregates, cement, and mineral admixture for one batch of concrete is a single operation ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 9 of a switch or starter. - Proportioning devices shall be tested at the expense of the Contractor as frequently as the Engineer may deem necessary to insure their accuracy. - Weighing equipment shall be, insulated against vibration or movement of other operating equipment in the plant . When the plant is in operation, the mass of each batch of material shall not vary from the mass designated by the Engineer by more than the tolerances specified herein. - Equipment for cumulative weighing of aggregate shall have a zero tolerance of ±0 . 5 percent of the designated total batch mass of the aggregate . For systems with individual weigh hoppers for the various sizes of aggregate, the zero tolerance shall be ±0 . 5 percent of the individual batch mass designated for each size of aggregate. Equipment for cumulative weighing of cement and mineral admixtures shall have a zero tolerance of ±0. 5 percent of the designated total batch mass of the cement and mineral admixture. Equipment for weighing cement or mineral admixture separately shall have a , zero tolerance of ±0 . 5 percent of their designated individual batch masses . Equipment for measuring water shall have a zero tolerance of ±0 . 5 percent of its designated mass or volume . - The mass indicated for a batch of material shall not vary from the preselected scale setting' by more than the following: A. Aggregate weighed cumulatively shall be within 1 . 0 percent of the designated total batch mass of the aggregate . Aggregates weighed individually shall be within 1 . 5 percent of their respective designated batch masses . B. Cement shall be within 1 . 0 percent of its designated batch mass . When weighed individually, mineral admixture shall be within 1 . 0 percent of its designated batch mass . When mineral admixture and cement are permitted to be weighed cumulatively, cement shall be weighed first to within 1 . 0 percent of ,its designated batch mass, and the total for cement and mineral admixture shall be within 1 . 0 percent of the sum of their designated batch masses . C. Water shall be within 1 . 5 ', percent of its designated mass or volume. - Each scale graduation shall' be approximately 0 . 001 of the total capacity of the scale . The capacity of scales for weighing cement, mineral admixture, or cement plus mineral admixture and aggregates shall not exceed that o'f commercially available scales having single graduations indicating a mass not exceeding the maximum permissible mass variation above, except that no scale ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 10 shall be required having a capacity of less than 500 kg, with 0 . 5 kg graduations . Section 90-5 . 03, "Proportioning, " excluding Section 90-5 . 03A, "Proportioning for Pavement, " of the Standard Specifications is amended to read: 90-5 . 03 PROPORTIONING - At the time of batching, aggregates shall have been dried or drained sufficiently to result in a stable moisture content such that no visible separation of water from aggregate will take place during transportation from the proportioning plant to the point of mixing. In no event shall the free moisture content of the fine aggregate at the time of batching exceed 8 percent of its saturated, surface-dry mass . - Should separate supplies of aggregate material of the same size group, but of different moisture content or specific gravity or surface characteristics affecting workability, be available at the proportioning plant, withdrawals shall be made from one supply exclusively and the materials therein completely exhausted before starting upon another. - Bulk "Type IP (MS) Modified" cement that conforms to the provisions in Section 90-2 . 01, "Portland Cement, " shall be weighed in an individual hopper and shall be kept separate from .the aggregates until the ingredients are released for discharge into the mixer. - Bulk cement to be blended with mineral admixture for use in portiand cement concrete for pavement and structures may be weighed in separate, individual weigh hoppers or may be weighed in the same weigh hopper with mineral admixture and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. If the cement and mineral admixture are weighed cumulatively, the cement shall be weighed first. - When cement and mineral admixtures are weighed in separate weigh hoppers, the weigh systems for the proportioning of the aggregate, the cement, and the mineral admixture shall be individual and distinct from other weigh systems . Each weigh system shall be equipped with a hopper, a lever system, and an indicator to constitute an individual and independent material weighing device . The cement and the mineral admixture shall be discharged into the mixer simultaneously with the aggregate . - The scale and weigh hopper for bulk weighing cement, mineral admixture, and cement plus mineral admixture shall be separate and distinct from the aggregate weighing equipment . - When the source of an aggregate is changed for concrete structures, the Contractor shall adjust the mix proportions and submit in writing to the Engineer a copy of the mix design before using such aggregates . When the source of an aggregate is changed ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 11 for other concrete, the Engineer shall be allowed sufficient time to adjust the mix and such aggregates shall not be used until necessary adjustments are made. - For batches with a volume of one cubic meter or more, the batching equipment shall conform to one of the following combinations : A. Separate boxes and separate scale and indicator for weighing each size of aggregate. B . Single box and scale indicator for all aggregates . C . Single box or separate , boxes and automatic weighing mechanism for all aggregates . - In order to check the accuracy of batch masses, the gross mass and tare mass of batch ', trucks, truck mixers, truck agitators, and non-agitating hauling equipment shall be determined when ordered by the Engineer. The equipment shall be weighed at the Contractor ' s expense on scales designated by the Engineer. The third paragraph in Section 90-6.01, "General, " of the Standard Specifications is amended to read: - Concrete shall be homogeneous and thoroughly mixed. There shall be no lumps or evidence of undispersed cement, mineral admixture, or cement plus mineral admixture . The third and fourth paragraphs in Section 90-6 . 02 , "Machine Mixing, " of the Standard Specifications are amended to read: - The batch shall be so charged into the mixer that some water will enter in advance of cementitious materials and aggregates . All water shall be in the drum by the end of the first one-fourth of the specified mixing time. - Cementitious materials .sha',11 bp hatched ,ind c,F1,I rcjod i 0 - the mixer by means that will not result eilhex in fuss ui cementitious materials due to the effect of wind, or in accumulation of cementitious materials on surfaces of conveyors or hoppers, or in other conditions which reduce or vary the required quantity of cementitious material in the concrete mixture . The sixth paragraph in Section 906 .02, "Machine Mixing, " of the Standard Specifications is amended to read: - The total elapsed time between the intermingling of damp aggregates and all cementitious materials and the start of mixing shall not exceed 30 minutes . ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CONSTRUCTION DETAILS CITY PROJECT NO. 97-20 3/8/02 SECTION 10-PAGE 12 The ninth and tenth paragraphs in Section 90-6. 03, "Transporting Mixed Concrete, " of the Standard Specifications are amended to read: - Each load of concrete delivered at the job site shall be accompanied by a weight certificate showing the mix identification number, non-repeating load number, date and time at which the materials were batched, the total amount of water added to the load and for transit- mixed concrete, the reading of the revolution counter at the time the truck mixer is charged with cement . This weight certificate shall also show the actual scale masses (kilograms) for the ingredients batched. Theoretical or target batch masses shall not be used as a substitute for actual scale masses . - Weight certificates shall be provided in printed form, or if approved by the Engineer, the data may be submitted in electronic media. Electronic media shall be presented in a tab- delimited format on 90 mm diskette with a capacity of at least 1 . 4 megabytes . Captured data, for the ingredients represented by each batch shall be LFCR (one line, separate record) with allowances for sufficient fields to satisfy the amount of data required by these specifications . - The Contractor may furnish a weight certificate that is accompanied by a separate certificate which lists the actual batch masses or measurements for a load of concrete provided that both certificates are 1) imprinted with the same non-repeating load number that is unique to the contract and 2) delivered to the job site with the load. - Weight certificates furnished by the Contractor shall conform to the provisions in Section 9-1 . 01, "Measurement of Quantities, " of the Standard Specifications . Section 90-6.05, "Hand-Mixing, " of the Standard Specifications is amended to read: 90-6. 05 HAND-MIXING - Hand-mixed concrete shall be made in batches not more than one-fourth cubic meter and shall be mixed on a watertight, level platform. The proper amount of coarse aggregate shall be measured in measuring boxes and spread on the platform and the fine aggregate shall be spread on this layer, the 2 layers being not more than 0 . 3 meters in total depth. On this mixture shall be spread the dry cement and mineral admixture and the whole mass turned no fewer than 2 times dry; then sufficient clean water shall be added, evenly distributed, and the whole mass again turned no fewer than 3 times, not including placing in the carriers or forms . ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJLCT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 13 The table in the first paragraph 'in Section 90-6. 06, "Amount of Water and Penetration, " of the Standard Specifications is replaced with the following table:----------------------------------------------------------------- Type of Work Nominal Penetration Maximum Penetration (mm) (mm) ---------------------------------------------------------------- Concrete pavement 0-25 40 ---------------------------------- ------ Non-reinforced concrete facilities 0-35 50 ------------------------------------------------------------------------------ ------------------------------------------------------------------------------ Reinforced concrete structures: Sections over 300 mm thick 0-35 65 Sections 300 mm thick or less 0-50 75 ---------------------------------------------- - --------- Concrete placed under water 75-100 115 ------------------------------------- -------------------- Cast-in-place concrete piles 65-90 100 ------------------------------------------------------------------------------ The first paragraph following 'the , table of penetration ranges in Section 90-6. 06, "Amount of Water and Penetration, " of the Standard Specifications is amended to read: - The amount of free water used in concrete shall not exceed 183 kg/m3, plus 20 kg for each required 100 kg of cementitious material in excess of 325 kg/m3 . The fourth paragraph in Section '90-6 .06, "Amount of Water and Penetration, " of the Standard Specifications is amended to read: - Where there are adverse or difficult conditions which affect the placing of concrete, the above specified penetration and free water content limitations may be exceeded providing Lhe Contractor is granted permission 'by the Engineer in writing to increase the cementitious material content per cubic meter of concrete . The increase in water and cementitious material shall be at a ratio not to exceed 30 kg of water per added 100 kg of cementitious material per cubic meter. The cost of additional cementitious material and water added under these conditions shall be at the Contractor ' s : expense and no additional compensation will be allowed therefor. Section 90-9 . 01, "General, " of the Standard Specifications is amended to read: 90-9 . 01 GENERAL - Concrete compressive strength requirements consist of a minimum strength which must be attained before various loads or ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 14 stresses are applied to the concrete and, for concrete designated by strength, a minimum strength at the age of 28 days or at the age otherwise allowed in Section 90-1. 01, "Description. " The various strengths required are specified in these specifications or are shown on the plans . - The compressive strength of concrete will be determined from test cylinders which have been fabricated from concrete sampled in conformance with California Test 539. Test cylinders will be molded and initial field cured in conformance with California Test 540 . Test cylinders will be cured and tested after receipt at the testing laboratory in conformance with California Test 521 . A strength test shall consist of the average strength of 2 cylinders fabricated from material taken from a single load of concrete, except that, if any cylinder should show evidence of improper sampling, molding, or testing, that cylinder shall be discarded and the strength test shall consist of the strength of the remaining cylinder. - When concrete compressive strength is specified as a prerequisite to applying loads or stresses to a concrete structure or member, test cylinders for other than steam cured concrete will be cured in conformance with Method 1 of California Test 540 . The compressive strength of concrete determined for these purposes will be evaluated on the basis of individual tests . - When concrete is designated by 28-day compressive strength rather than by cementitious material content, the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540 . If the result of a single compressive strength test at the maximum age specified or allowed is below the specified strength but is 95 percent or more of the specified strength, the Contractor shall, at the Contractor ' s expense, make corrective changes, subject to approval by the Engineer, in the mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $14 for each in-place cubic meter of concrete represented by the deficient test . If the result of a single compressive strength test at the maximum age specified or allowed is below 95 percent of the specified strength, but is 85 percent or more of the specified strength, the Contractor shall make the corrective changes specified above, and shall pay to the State $20 for each in place cubic meter of concrete represented by the deficient test . In addition, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer, that the concrete will not attain the required compressive strength at the maximum age specified or allowed. Concrete represented by a single test which indicates a compressive strength of less than 85 percent of the specified 28- ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 18 day compressive strength will be rejected in conformance with the provisions in Section 6-1 . 04, "Defective Materials . " - If the test result indicates that the compressive strength at the maximum curing age specified or allowed is below the specified strength, but 85 percent or more of the specified strength, payments to the State as required above shall be made, unless the Contractor, at the Contractor' s expense, obtains and submits evidence acceptable to the Engineer that the strength of the concrete placed in the work meets or exceeds the specified 28-day compressive strength. If ' the test result indicates a compressive strength at the maximum curing age specified or allowed below 85 percent, the concrete represented by that test will be rejected, unless the Contractor, at the Contractor' s expense, obtains and submits evidence acceptable to the Engineer that the strength and quality of the concrete placed in the work are acceptable . If the evidence consists of tests made on cores taken from the work, the cores shall be obtained and tested in conformance with the requirements in ASTM Designation: C 42 . - No single compressive strength test shall represent more than 250 cubic meters . - When a precast concrete member is steam cured, the compressive strength of the concrete will be determined from test cylinders which have been handled and stored in conformance with Method 3 of California Test 540'. The compressive strength of steam cured concrete will be evaluated on the basis of individual tests representing specific portions of production. When the concrete is designated by 28-day compressive strength rather than by cementitious material content, the concrete shall be considered to be acceptable whenever its compressive strength reaches the specified 28-day compressive strength provided that strength is reached in not more than the maximum number of days specified or allowed after the member is cast . - If concrete is specified by compressive strength, then materials, mix proportions, mixing equipment, and procedures proposed for use shall be pre-qualified prior to placement of the concrete . Pre-qualification shall be accomplished by the submission of acceptable certified test data or trial batch reports by the Contractor. Pre-qualification data shall be based on the use of materials, mix proportions, mixing equipment, procedures, and size of batch proposed for use in the work. - Certified test data, in order to be acceptable, must indicate that not less than 90 percent of at least 20 consecutive tests exceed the specified strength at the maximum number of cure days specified or allowed, and no of those tests are less than 95 percent of specified strength. IStrength tests included in the data shall be the most recent tests made on concrete of the proposed mix design and all shall) have been made within one year of the proposed use of the concrete . - Trial batch test reports, , in order to be acceptable, must ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO.REPAIRS CONSTRUCTION DETAILS CITY P SECTION 10- PAGE 16 indicate that the average compressive strength of 5 consecutive concrete cylinders, taken from a single batch, at not more than 28 days (or the maximum age allowed) after molding shall be at least 4 MPa greater than the specified 28-day compressive strength, and no individual cylinder shall have a strength less than the specified strength at the maximum age specified or allowed. Data contained in the report shall be from trial batches which were produced within one year of the proposed use of specified strength concrete in the project . Whenever air- entrainment is required, the air content of trial batches shall be equal to or greater than the air content specified for the concrete without reduction due to tolerances . - Tests shall be performed in conformance with either the appropriate California Test methods or the comparable ASTM test methods . Equipment employed in testing shall be in good condition and shall be properly calibrated. If the tests are performed during the life of the contract, the Engineer shall be notified sufficiently in advance of performing the tests in order to witness the test procedures . - The certified test data and trial batch test reports shall include the following information: A. Date of mixing. B. Mixing equipment and procedures used. C . The size of batch in cubic meters and the mass, type and source of ingredients used. D. Penetration of the concrete. E. The air content of the concrete if an air-entraining admixture is used. F. The age at time of testing and strength of concrete cylinders tested. - Certified test data and trial batch test reports shall be signed by an official of the firm which performed the tests . - When approved by the Engineer, concrete from trial batches may be used in the work at locations where concrete of a lower quality is required and the concrete will be paid for as the type or class of concrete required at that location. - After materials, mix proportions, mixing equipment, and procedures for concrete have been pre-qualified for use, additional pre-qualification by testing of trial batches will be required prior to making changes which, in the judgment of the Engineer, could result in a lowering of the strength of the concrete below that specified. - The Contractor' s attention is directed to the time required to test trial batches . The Contractor shall be responsible for production of trial batches at a sufficiently early date so that the progress of the work is not delayed. - When precast concrete members are manufactured at the plant of an established manufacturer of precast concrete members, ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 17 the mix proportions of the concrete shall be determined by the Contractor, and a trial batch and pre-qualification of the materials, mix proportions, mixing equipment, and procedures will not be required. Section 90-10 .02A, "Portland Cement, " of the Standard Specifications is renamed "Cementitious Material" and is amended to read: 90-10 . 02A CEMENTITIOUS MATERIAL - Cementitious material shall conform to the provisions in Section 90-1 . 01, "Description. " Compressive strength requirements consist of a minimum strength which must be attained before various loads or stresses are applied to the concrete and, for concrete designated by strength, a' minimum strength at the age of 28 clays or at the age otherwise allowed in Section 90-1 . 01, "Description. " The various strengths required are specified in these specifications or are shown on the plans . The fifth paragraph in Section 90-10 . 02B, "Aggregate, " of the Standard Specifications is deleted. Section 90-10 . 03, "Production, " of the Standard Specifications is amended to read: 90-10 . 03 PRODUCTION - Cementitious material, water, aggregate, and admixtures shall be stored, proportioned, mixed, transported, and discharged in conformance with recognized standards of good practice, which will result in concrete that is thoroughly and uniformly mixed, which is suitable for the use intended, and which conforms to provisions specified herein. Recognized standards of good practice are outlined in various , industry publications such as those issued by American Concrete Institute, AASHTO, or California Department of Transportation. - The cementitious material content of minor concrete shall conform to the provisions in Section 90-1 . 01, "Description. " - The amount of water used shall result in a consistency of concrete conforming to the provisions in Section 90-6. 06, "Amount of Water and Penetration . " Additional mixing water shall not be incorporated into the concrete during hauling or after arrival at the delivery point, unless authorized by the Engineer. - Discharge of ready-mixed concrete from the transporting vehicle shall be made while the ', concrete is still plastic and before stiffening occurs . An elapsed time of 1 . 5 hours (one hour in non-agitating hauling equipment) , or more than 250 revolutions ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 18 0 0 of the drum or blades, after the introduction of the cementitious material to the aggregates, or a temperature of concrete of more than 32 °C will be considered as conditions contributing to the quick stiffening of concrete. The Contractor shall take whatever action is necessary to eliminate quick stiffening, except that the addition of water will not be permitted. - The required mixing time in stationary mixers shall be not less than 50 seconds or more than 5 minutes . - The minimum required revolutions at mixing speed for transit-mixed concrete shall be not less than that recommended by the mixer manufacturer, and shall be increased, if necessary, to produce thoroughly and uniformly mixed concrete. - Each load of ready-mixed concrete shall be accompanied by a weight certificate which shall be delivered to the Engineer at the discharge location of the concrete, unless otherwise directed by the Engineer. The weight certificate shall be clearly marked with the date and time of day when the load left the batching plant and, if hauled in truck mixers or agitators, the time the mixing cycle started. - A Certificate of Compliance conforming to the provisions in Section 6-1 . 07, "Certificates of Compliance, " shall be furnished to the Engineer, prior to placing minor concrete from a source not previously used on the contract, stating that minor concrete to be furnished meets contract requirements, including minimum cementitious material content specified. The third and fourth paragraphs in Section 90-11 . 02 , "Payment, " of the Standard Specifications are amended to read: - Should the Engineer order the Contractor to incorporate admixtures into the concrete when their use is not required by these specifications or the special provisions, furnishing the admixtures and adding them to the concrete will be paid for as extra work as provided in Section 4-1 . 03D. - Should the Contractor use admixtures in conformance with the provisions in Section 90-4 . 05, "Optional Use of Chemical Admixtures, " or Section 90-4 . 07, "Optional Use of Air-entraining Admixtures, " or should the Contractor request and obtain permission to use other admixtures for the Contractor ' s benefit, the Contractor shall furnish those admixtures and incorporate them in the concrete at the Contractor' s expense and no additional compensation will be allowed therefor. 10-2 .1 CEMENT AND WATER CONTENT The amount of free water used in concrete for deck slabs of bridges and structure approach slabs shall not exceed 195 kq/m3, ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 19 plus 20 kg for each required 100 kg of cementitious material in excess of 400 kg/m3 . 10-2 .2 PAYMENT Payment for all costs associated with Portland cement concrete as specified herein and as required by the Standard Specifications shall be considered as included in the contract price paid per linear foot for "Joint Seal Assembly (MR = 3" ) ," or for "Joint Sea]_ (Type B, MR = 1" ) , and no additional compensation will be allowed therefore. 10-3 WELDING ELECTRODES Flue; core welding electrodes conforming to the requirements of AWS A5 . 20 E6XT-4 or E7XT-4 shall not be used to perform any type of welding for this project . 10-41 BRIDGE REMOVAL Removing portions of bridge structural concrete shall include removing concrete for joint replacement, as shown on the plans, and shall conform to the provisions in Section 15-4 , "Bridge Removal, " of the Standard Specifications and these special provisions . All removed materials that are not to be salvaged or used in the reconstruction shall become the property of the Contractor and shall be disposed- outside the right of way in conformance with the provisions in Section 7-1 . 13,; " Disposal of Material Outside the Highway Right of Way," of the ' Standard Specifications . All existing reinforcing steel shall remain undamaged and kept in original position during removal operations . Full compensation for removing portions of bridge structural concrete shall be considered as 'included in the contract price paid per linear foot for " Joint Seal Assembly (MR = 3" ) ," or for " Joint Seal (Type B, MR = 1" ) , and no additional compensation will be allowed therefore . 10-5 CONCRETE STRUCTURES Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures, " of the Standard Specifications and these special provisions . ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 20 0 Shotcrete shall not be used as an alternative construction method for reinforced concrete members unless otherwise specified. When a roughened concrete surface is shown on the plans, the existing concrete surface shall be roughened to a full amplitude of approximately 6 mm by abrasive blasting, water blasting or mechanical equipment. The Contractor shall schedule his operations so that the structure concrete deck removed during a work period shall be replaced, in that same work period, with structure concrete that shall be cured for at least 6 hours prior to the time the lane is to be opened to public traffic as designated in "Maintaining Traffic" of these special provisions . In the event the structure concrete deck materials are removed and the Contractor is unable, as determined by the Engineer, to construct, finish and cure the structure deck by the time the lane is to be opened to public traffic, the expansion joint shall be covered with a structural section approved by the Engineer. Full compensation for required structural section (s) covering the joint and structural concrete shall be considered as included in the contract price paid per linear foot for "Joint Seal Assembly (MR = 3" ) ," or for "Joint Seal (Type B, MR = 1" ) , and no additional compensation will be allowed therefore. 10-5 . 1 STRUCTURAL CONCRETE Concrete shown on the plans that has a 28-day compressive strength of greater than 25 Mpa (3600 psi) shall contain not less than 400 kg of cement per cubic meter ( 674 lb. cement/cy) . The concrete shall be considered to be designated by cement content rather than by 28-day compressive strength. Full compensation for all required bridge deck or structural concrete shall be considered as included in the contract price paid per linear foot for "Joint Seal Assembly (MR = 3" ) ," or for Joint Seal (Type B, MR = 1" ) , and no additional compensation will be allowed therefore. 10-6 DRILL AND BOND DOWELS Drilling and bonding dowels shall conform to the details shown on the plans, the provisions in Section 83-2 . 02D (1) , "General, " of the Standard Specifications, and these special provisions. If reinforcement is encountered during drilling before the specified depth is attained, the Engineer shall be notified. ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 21 Unless the Engineer approves coring through the reinforcement, the hole will be rejected and a new hole, in which reinforcement is riot encountered; shall be drilled adjacent to the rejected hole to the depth shown on the plans . Full compensation for drilling holes, including coring through reinforcement when approved by the Engineer, and bonding dowels with epoxy cartridges shall be considered as included in the contract price paid per linear foot for " Joint Seal Assembly (MR 3" ) ," or for "Joint Seal (Type 'B, MR = 1" ) , and no additional compensation will be allowed therefore . 10-7 CLEAN EXPANSION JOINTS All deck joints requiring joint seal replacement shall be cleaned as specified herein. Cleaning shall include removal of all existing seal material, dirt, debris, damaged waterstops, and joint filler and shall be accomplished by methods which do not damage existing sound concrete surfaces . Cleaning the contact surfaces of existing concrete shall be accomplished by abrasive blast cleaning the concrete, as necessary, to remove all rust, grease, asphalt or other foreign materials . Full compensation for expansion joints cleaning shall be considered as included in the contract price paid per linear foot for "Joint Seal Assembly (MR = 3" ) ," or for " Joint Seal (Type B, MR = 1" ) , and no additional compensation will be allowed therefore. 10-8 JOINT SEAL ASSEMBLIES 10-8 . 1 GENERAL Joints in concrete bridge decks and joints between concrete structures and concrete approach slabs shall be sealed in conformance with the details shown on the plans, the provisions in Section 51, "Concrete Structures, " of the Standard Specifications, and these special provisions . Where polyurethane seals are shown on the plans, a silicone sealant conforming to the provisions in Section 51-1 . 12F, "Sealed Joints, " of the Standard Specifications may be used. When ordered by the Engineer, a joint seal larger than called for by the Movement Rating shown on the plans shall be furnished and installed. Payment to the Contractor for furnishing the larger seal and for saw cutting the increment of additional depth of ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 22 0 groove required will be determined as provided in Section 4-1 . 03, "Changes, " of the Standard Specifications . 10-8 .2 TYPE B JOINT SEAL INSTALLATION. The fifth subparagraph of the second paragraph of section 51- 1 . 12f (3) (b) , "Type B Seal" of the Standard Specifications is amended to read: The seal shall be furnished full length for each joint with one field splice at location marked "Stage 1 Construction" and "Stage 2 construction", or as directed by the Engineer. The seals are to be manufactured full length for the intended joint, then cut at the approved splice section and re-matched before splicing. The Contractor shall submit splicing details, prepared by the joint seal manufacturer, to the Engineer for approval prior to beginning splicing work. The Contractor shall demonstrate the adequacy of the procedures to be used in the work before installing seal in the joints . Field splices shall have no visible offset of exterior surfaces, and shall have no evidence of bond failure . Full compensation for installation of Type B joint seal, including traffic control, bridge deck removals, joint seal removals, expansion joint cleaning, Portland cement concrete, concrete structures, and all appurtenant work as required herein or in the Standard Specifications shall be considered as included in the contract price paid per linear foot for "Joint Seal (Type B, MR = 1" ) ," and no additional compensation will be allowed therefore. 10-8 .3 JOINT SEAL INSTALLATION- MAXIMUM MOVEMENT RATING = 4 INCHES (100 nun) Joint seal assemblies shall conform to the details shown on the plans, the provisions in Section 51, "Concrete Structures, " of the Standard Specifications, and these special provisions . All metal parts of the joint seal assembly shall conform to the requirements in Section 75-1 . 03, "Miscellaneous Bridge Metal, " of the Standard Specifications . Bolts, nuts and washers shall conform to the requirements of ASTM Designation: A 325 or A 325M. At the Contractor' s option, cleaning and painting of all new metal surfaces of the joint seal assembly, except stainless steel and anchorages embedded in concrete, may be substituted for ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 23 galvanizing. Cleaning and painting shall be in conformance with the provisions in Sections 59-2, "Painting Structural Steel, " and 91, "Paint, " of the Standard Specifications, and "Clean and Paint Structural Steel" of these special, provisions . Finish coats will not be required on Joint seal assemblies . Sheet neoprene shall conform to the requirements for neoprene .in Section 51-1 . 14, "Waterstops, " of the Standard Specifications . The sheet neoprene shall be accurately fabricated to fit the joint seal assembly. Metal parts of the joint seal assembly shall be pre-assembled before installation to verify the ',geometry of the completed seal . The bridge deck surface shall conform to the provisions in Section 51-1 . 17 , "Finishing Bridge Decks, " of the Standard Specifications prior to placing and anchoring the joint seal assembly. The assembly shall be placed in the remove bridge deck portion of the bridge as shown on plans . The, depth and width of the recess shall permit the installation '' of the assembly anchorage components or anchorage bearing surface to the planned line and grade. The sheet neoprene shall be installed at such time and in such manner that it will not be damaged by construction operations . The joint shall be cleaned of all dirt, debris and other foreign material immediately prior to installation of the sheet neoprene . Full compensation for installation of joint seal assembly, including traffic control, bridge deck removals, joint seal removals, expansion joint cleaning, Portland cement concrete, concrete structures, and all appurtenant work as required herein or in the Standard Specifications shall be considered as included in the contract price paid per linear foot for Joint Seal Assembly (MR = 3" ) ," and no additional compensation will be allowed therefore . 10-8 . 4 ALTERNATIVE JOINT SEAL ASSEMBLY INSTALLATION. At the Contractor ' s option, an alternative joint seal assembly may be furnished and installed provided: (1) that the quality of the alternative and its suitability for the intended application are at least equal to that of the joint seal assembly shown on the plans, (2) that acceptable working drawings and a Certificate of Compliance are furnished as specified herein and (3) that the alternative conforms to the following requirements : ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CONSTRUCTION DETAILS CITY PROJECT NO. 97-20 3/9/02 SECTION 10-PAGE 24 0 - The determination as to the quality and suitability of a joint seal assembly will be made in the same manner as provided in Section 6-1 . 05, "Trade Names and Alternatives, " of the Standard Specifications as amended by these Special Provisions (Section 6-1 . 01) . The factors to be considered will include : the ability of the assembly to resist the intrusion of foreign material and water throughout the full range of movement for the application, and the ability to function without distress to any component . Joint seal assemblies will not be considered for approval unless it can be proven that the assembly has had at least one year of satisfactory service under conditions similar to this application. - The Contractor shall submit complete working drawings for each joint seal assembly to the engineer in accordance with the provisions in Section 5-1 . 02, "Plans and Working Drawings, " of the Standard Specifications . The working drawings shall show complete details of the joint seal assembly and anchorage components and the method of installation to be followed, including concrete blockout details and any additions or rearrangements of the reinforcing steel from that shown on the plans . Three sets of drawings shall be submitted to the Engineer for review. - The working drawings shall be supplemented with calculations for the particular joint seal assembly, as requested by the Engineer. Working drawings shall be either 11" x 17" or 24" x 36" in size and each drawing and calculation sheet shall include the project name and number, bridge number, and full name of the structure as shown on the contract plans . The design firm' s name, address, and phone number shall be shown on the working drawings . Each sheet shall be numbered in the lower right hand comer and shall contain a blank space in the upper right hand comer for future contract sheet numbers . - Calculations, when requested, and working drawings shall be stamped and signed by an engineer who is registered as a Civil Engineer. The Contractor shall allow the Engineer 2 weeks to review the drawings after a complete set has been received. - Within 3 weeks after final working drawing approval, one set of the corrected good quality prints (on 20 lb. bond paper 24"x36" in size) of all working drawings prepared by the Contractor for each joint seal assembly shall be furnished to the Engineer. ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8102 SECTION 10-PAGE 25 - Each shipment of joint seal materials shall be accompanied by a Certificate of Compliance as provided in Section 6-1 . 07, "Certificates of Compliance, " of the Standard Specifications . The certificate shall state that the materials and fabrication involved comply in all respects to the specifications and data submitted in obtaining the approval . - The elastomer portion of the joint seal assembly shall be neoprene conforming to the requirements in Table 1 of ASTM Designation: D 2628 and the following, except that no recovery tests or compression-deflection tests will be required: ------------------------------------------------------------------------------ Property Requirement ASTM Test Method ------------------------------------------------------------------------------- Hardness, Type A Durometer, points 55-70 D 2240 (Modified) ------------------------------------------------------------------------------ Compression set, 70 hours at 100'C, 40 D 395 Method B (Modified) maximum, percent -------------------------------------------------------------------------- - All metal parts of an alternative joint seal assembly shall conform to the requirements above for the joint seal assembly shown on the plans . At the Contractor ' s option, metal parts may conform to the requirements of ASTM Designation: A 572/A 572M. - The assembly and its components shall be designed to support the AASHTO HS20-44 loading with 100 percent impact . The tire contact area used to distribute the tire loads shall be 244 mm, measured normal to the longitudinal axis of the assembly, by 508 mm wide . The assembly shall provide a smooth riding joint without slapping of components or wheel tire rumble . - The Movement rating of the assembly shall be measured normal to the longitudinal axis of the assembly. The dimensions for positioning the assembly within the movement rating during installation shall be measured normal to the longitudinal axis, disregarding any skew of the deck expansion joint . - The assembly shall have cast-in-place anchorage components forming a mechanical connection between the joint components and the concrete deck. All reinforcement other than primary reinforcement shall-continue through the recess construction joint into the recess and engage 'the anchorage components of the assembly. - Horizontal angle points and vertical corners at curbs in ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS SECTION 10- PAGE 26 3/8102: 0 assemblies shall consist of either pre-molded sections or standard sections of the joint seal assembly that have been specially miter cut or bent to fit the structure. - The elastomer portion of the assembly shall be installed in accordance with the manufacturer ' s recommendations at such time and in such a manner that it will not be damaged by construction operations . The joint and blockout shall be cleaned of all dirt, debris and other foreign material immediately prior to the installation of the elastomer. Full compensation for any additional materials or work required because of the application of the optional cleaning and painting, or use of an alternative type joint seal assembly, shall be considered as included in the contract price paid per linear foot for " Joint Seal Assembly (MR = 3" ) ," or for " Joint Seal (Type B, MR = 1" ) , and no additional compensation will be allowed therefore . 10-9 CLEARING, GRUBBING AND REMOVALS AND RELATED WORK. Disposal Site -- The Contractor is required to 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 meeting. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner' s approval. 10-10 MAINTAINING TRAFFIC Attention is directed to Sections 7-1 . 08, "Public Convenience, " 7- 1 . 09, "Public Safety, " and 12, "Construction Area Traffic Control Devices, " of the Standard Specifications and these Special Provisions . Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-1 . 09 . In addition to the provisions set forth in Section 7-1 . 09 "Public Safety" whenever work to be performed on the traveled way (except the work of installing, maintaining, and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed, unless otherwise provided for in the traffic control plan or approved by the Engineer. The Contractor shall notify local authorities of its intent to begin work at least 5 days before work is begun. The Contractor ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10- PAGE 27 shall cooperate with local authorities relative to handling traffic through the area and shall make its own arrangements relative to keeping the working area clear of parked vehicles . The Contractor shall not tow any parked vehicles without authorization of the appropriate Police Department . Full compensation for furnishing all labor, materials (including signs) , tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of traffic control plans shall be considered as included in the lump sum price paid for Traffic Control, and no separate payment will be made therefor. 10-11 RECORD DRAWINGS The Contractor shall maintain a complete set of record drawings . All documents including contract and shop drawings shall be legible marked showing each actual item of record construction including. 1 . Measured depths of elements in relation to fixed datum points . 2 . Measured locations of internal utilities and appurtenances concealed in construction With reference to visible and accessible features of construction. 3 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications . 4 . Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the contract drawings . The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 1 . Manufacturer, trade name, and catalog number of each product actually installed, particularly optioned items and substitute items . 2 . Changes made by addendum or modifications . The Contractor shall maintain al;l record information daily and make this information available to the Engineer upon request . The Contractor' s progress payment will not be approved unless project record drawings are current . ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 28 0 10-12 INSPECTION OF WORK AND TESTING LABORATORY A. Description. Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials, equipment, installations, workmanship, methods and requirements of the contract documents . The Engineer may be represented on the work site by Inspectors and other duly authorized representatives . All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Engineer. B. Testing Laboratory. The Engineer shall be responsible for providing a certified laboratory for the testing of all materials and work on this project . 10-13 SHOP DRAWINGS Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures, and other data which are prepared by the Contractor or any subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the work. The Contractor shall review, stamp with its approval, and submit for review by the Engineer, three (3) copies of shop drawings for the following items : 1 . Portland Cement Concrete 2 . Roadside Signs Drawings shall show the name of the project, the name of the Contractor, and, if any, the name of suppliers, manufacturers, and subcontractors . Shop drawings shall be submitted with promptness and in orderly sequence so as to cause no delay in prosecution of the work. Drawings shall be submitted on 8-1/2" by 11" or 24" by 36" sheet size only. By submitting shop drawings, the Contractor represents that materials, equipment, and other work shown thereon conform to the plans and specifications, except for the deviations set forth in the letter of transmittal . Within fifteen (15) days after receipt of said drawings, the Engineer will return two (2) prints of the drawings to the Contractor with its comments noted thereon. If so noted by the Engineer, the Contractor shall correct the drawings and resubmit ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 29 them in the same manner as specified for the original submittal . The Contractor shall direct specific attention in the letter of transmittal accompanying resubmitted shop drawings to revisions other than the corrections requested by the City' s representative on previous submittals . No portion of the work requiring a shop drawing submittal shall be commenced until the submittal has been reviewed by the City' s representative and returned to the Contractor with a notation indicating that re-submittal is not required. The review by the Engineer is only of general conformance with the design concept of the project, and general compliance with the plans and specifications, and shall not be construed as relieving the Contractor of the full responsibility for providing materials, equipment, and work required by the Contract; the proper fitting and construction of the work; the accuracy and completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the work in a safe manner. These items represent the minimum and additional may be requested by the Engineer as required. 10-14 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS Whenever the Contractor' s operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both) , such pavement delineation shall be replaced by Contractor before completion of project . Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L" temporary pop-ups) which shall be, applied in accordance with the manufacturer' s instructions . Temporary delineation shall be the same, color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. Nothing in these special provisions shall relieve the Contractor from its responsibilities as provided in Section 7-1 . 09, "Public Safety, " of the Standard Specifications . - END OF SECTION - ANNUAL BRIDGE REPAIRS SPECIAL PROVISIONS CITY PROJECT NO. 97-20 CONSTRUCTION DETAILS 3/8/02 SECTION 10-PAGE 30 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX ANNUAL BRIDGE REPAIRS CITY PROJECT NO. 97-20 1. Caltrans Standard Dwg. B6-21 2. Ramon Road Bridge As-Built Plans; Sheets (Title, S1 to S13) 3. Ramon Road Bridge, Joint Seal Assembly (Mod) 4. Sunrise Way Bridge As-Built Plans; Sheets 29, 44 to 50) ANNUAL BRIDGE REPAIRS CITY PROJECT NO. 97-20 CONTENTS 3/8/02 PARVIII srlma opera+. c ,n , IF ru.n, q„[ a=wfea _ Poces when reached smcone Sean 15-Ts min Iup 1 30 mml Width I by manuf acTL ur" t aecx o� Polywatnane Seal 25MO min (MR$IS min) pp at neadar� � — 13 .mush, .nun O 6 min 9evel 6��� min Nax 15 mm IY.R 130 may Pow yYi ��n,L6 Expanded %/// — 20 min (NP)30 mml rn se. _ Y. Yrm! 8 6 min Paulus 13rmm PdYw'sPom! 5!tl ^� r llllcpne !!ql Yly!}failpn If prytarmmtl eNltldnlrta joint !•dl Glazed palyeTaylenv 15 Qi mm FIYH Oubrlcant aNxslvel / foam or glazed coon — test.arose rev 6 min 9evel elbenei r +o ee 12sr/ greo}er Than actual }— at ..l.rat �15 min IMfl S]0 mFll ]min Nax ion concrete o ss ete Naard q�a.ve rldiR 6n ..Fred) 20 mm IWR>30 min) pr me MI.n on ton er eie .atoms ni N sine,a, sloes. TYPE A SEAL TYPE AL SEAL 6 min Win d to FORMING DETAIL SAWCUT DETAIL Movement rating ;POIYurethane =I5 me Max Longitudinal joints only $n ban.=30 min Nox .p NIn€ rcdlas to be a tlmas uncompressed TYPE B JOINT SEAL TYPE 6 SEAL s vodnu of sea or as recommended by the Max...It rating >is am b fa turer,wblrhaver Is greater. IN MINIMUM WIDTH POSITION (W21 ap concrete concrete (p ' barrier earner Bona as per "Datdl A-A"OI i Baits seal as shown,ISD mm min, Q Joint 1{ Joe Side If dick on'. raer)O.]5 Round ...Wage (p L, a r Bend N per "Dot all O A 4 Joint O 1 O Seal 2 In INN of so, cutting, r out r may blocked _ 1 and a t...,a to d. _ V match ar cuttln9 I ----� aters+aP rM1en — both sides. rewired Water.., _ when reaulred W PLAN OF JOINT PLAN OF ANGLED JOINT Ea.. of gtrdsr sage o{ to .hoer N Orin 15 min hole and romwe ,sago Type 'T"seal shown.Type "A"seas to ...form to the genard path pf seal shown. J CONCRETE BARRIER AND SIDEWALK CONCRETE BARRIER B / DIMENSIONS "a" OF JOINT REQUIRED �l-0.T6 Red max sealer r min hole thrp NOTES JOINT SEALS DETAILS er and cut To nose Movement RaTmq a"DI....Tan OJ Make smooth cuts from the bottom of sad to 10 am clear of top leaving at least one complete cell between the top top, Bridge I cock Concrete Placed Downturn doivil of the cut and top Of the sad. When necessary but beat Of eed to Gear..adult pq,Duets...nfngs. PoII- 2 Opening In barrio, to maiCM1 width of sa m deck joint. C pe —11 Summer Sprinq Q Savcut groove widths shallow os ordafad by the Engineer. All excaoi 40 am 30 mm 20 m Q Depth of sawcut: Type A-Depth to be horn above. 50 mm [IP/Ps Paaluz as reaulred Type B-Depth to be equal to o1 greater than the depth of seal ...s ril along the contact CIP/PS 30 min 25 m 15 m for smooth ban. sonless.when comprnsed to se-ImJm width position IW2)bus dimensions shown Move. uJ except ]0 min 25 min 15 min QS MR(movement noting)as shown on other detall ddns. 40 m:r CIP/PS STATE OF CALIFORNIA CIP/P$ 25 min 20 min IS min © Daher cep*ns must be oDP,ovaa by the EnglMe,. DEPARTMENT OF TRANSPORTATION JOINT SEALS 3° '" a:vst 20mm 2Dmm Ism. UO,wn 0a tall (MAXIMUM MOVEMENT fIP/P$ 20 min 15 m IS min ACIP/Ps `apt za min 20 min 15 m DETAIL A-A RATING=50 MM) i_ cP/Ps 15 m 15 m IS R. NO SCALE I ALL OINENSIONS NILL(MET ERS UNLESS OT R ERwARE 15INE SHOWN Client#: 30822 4CONE1 A CORR. CERTIFIC OF LIABILITY INS A 09/24/02 D/YY) PRODUCER THIS CERTIFICATE IS IS , AS A MATTER OF INFORMATION Driver Alliant Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3270 Inland Empire Blvd#100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ontario,CA 91764 909 941-6699 INSURERS AFFORDING COVERAGE - INSNSED INSURERA: StarNet Insurance Company/SSI 4-Con Engineering, Inc. INSURERB Royal Insurance Company of America/S P.0. Box 2217, INSURER c; State Fund (;I;1 4 Fontana,CA 92334 INSURER D: / _ INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TIIIS CERTIFICATE MAY BE ISSUED O MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUC POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR POLICY EPPCCTIVC POLICY EXPIRATION LTR TYPEOFINSURANCE POLICY NUMBER DATE M/DITIV DATE OTIR Y LIMITS A GENERAL LIABILITY 2SMCC2CPP020604 07/16/02 07/16/03 EACH OCCURRENCE .$1000000 X COMMERCIAL GENERAL LIARR.OY FIRE DAMAGE(AnyaneBre) $5QODO _ _� CLAIMS MADE � OCCUR MED EXP(Any one person) I$S 000 X PDDed:1,000 PERSONAL&ADV INJURY L51,000000 I _ GENERAL AGGREGATE ,$2,OOQ000 GEN'L AGGREGATE LIMUAPPLIES PER PRODUCTS -COMP/OPAGG $1,000,000 POLICY jEC D LOC A AUTOMOBILE LIABILITY 2SMCC2BAU019004 07/16/02 07/16/03 COMBINED SINGLE LIMIT X ANY AUTO (E.ndde.$) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per areldeno PROPERTY DAMAGE $ (Per accMCEI) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ _ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: qGG $ B EXCESS LIABILITY P2HA206979 07/18/02 07/16/03 EACH OCCURRENCE _ $1,000,000 X OCCUR EI CLAIMS MADE AGGREGATE $ADO 000 DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND 046801902 01/01/02 01/01/03 WC STATu- oTll- ORY EMPLOYERS'LIABILITY - — E.L.EACH-ACCIDENT 31,000,000 E.L.DISEASE -EAEMPLOYEE $1,000,000 E.L DISEASE -POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Reference:4497, Bridge Repairs CP97-20 M07079 5-15-02. The City of Palm Springs is additional insured as perform CG2010 11185 attached. Primary wording is included per the attached. The cancellation clause has been amended to delete the"endeavor to"and"but failure to..."wording. *10 Day Notice of Cancellation for Non-Payment of Premium CERTIFICATE HOLDER ADDI/IONALINSURED;INSURBRLETTER: CANCELLATION SHOULD ANYOFTUE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILLXXRW MXIPMAIL*_jO—DAYS WRnTEN Attn: Patricia A Sanders NOTICETOTHE CERTIFICATE, IIOLDERNAMEDTOTHELE ,BXFXCXXXXXRXXXXXIOOOXXX Office City Clerk xx=X=UMKWOMMXNKKXRRXOCKMMAXRKXCM *XXRR78RXMXX9(RRX 3200 Tahquitz Canyon Way XKX"KXD6A3=X Palm Springs,CA 92262 n HOuRzED�REPRESENTAT VE a ACORD 25-S(7/97) 1 of 2 #93617 PAM 0 ACORD CORPORATION 1988 Client : 30822 4CONE1 AMR-3. ^ERTIFIC OF LIABILITY INSU , NCE 0DATE(MMIDD/YY) 5/29/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Driver Alliant Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3270 Inland Empire Blvd #100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Ontario, CA 91764 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 909 941-6 6 9 9 INSURERS AFFORDING COVERAGE INSURED INSURERA: RLI Insurance CO/STL 4-Con Engineering, Inc . INSURERB Golden Eagle Insurance Corporation P . 0. Box 2217 Fontana, CA 92334 INSURERC General Security Insurance Company - - INsuRERD State Fund _ 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. INSF LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONDATE MM/DD/VV DATE MM/DD/VV LIMITS A GENERAL LIABILITY CGLOO11114 07/16/01 07/16/02 EACH OCCURRENCE _ $1, 000 , 000 X1 COMMERCIAL GENERAL LIASIL ITY FIRE DAMAGE(Anyone Ure) 1$50 000 CLAIMS � MADE . h l OCCUR MED EXP(Any one Person) $5, 000 X PDD_ed: 1 , 000 PERSONAL&ADV INJURY $1 OOO , OOO GENERAL AGGREGATE $2 O O O O 0 O GEMLAGGREGATELIM ITAPPLIES PER: PRODUCTS -COMP/OP AGG S1, 000 , 000 POLICY PRO CT- LOC — -� E B AUTOMOBILE LIABILITY ,CBP9506073 07/16/01 07/16/02 COMBINED SINGLE LIMIT I X ANY AUTO (Ea amden) $1, 000, 000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY X NON-OWNED AUTOS (Porrnddent) $ -- -- PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGO $ C EXCESS LIABILITY CE9001621 01,14,02 07,16,02 EACH OCCURRENCE $1, 000 , 000 Xl OCCUR CLAIMS MADE AGGREGATE _ $1 0 0 0, 000 $ DEDUCTIBLE RETENTION $ $ D WORKERS COMPENSATION AND 046801902 01/01/02 O1/01/03 X TORVLIMITS I OER _ EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $1, O 0 0 , O O O E L.DISEASE-EAEMPLOYEE�a OOO, 000_ El DISEASE-POLICY LIMIT $1, 000, 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re : Bridge Repairs Project, City Project 497-20 . The City of Palm Springs is additional insured as per form CG2010 11/85 attached. Primary wording is included per the attached. The cancellation clause has been amended to delete the "endeavor to" and (See Attached Descriptions) CERTIFICATE HOLDER ADDMONALINSURED;msUREHLETTER: CANCELLATION SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH E EXPIRATION City of Palm Springs DATE THEREOF, THE ISSUING INSURER WILLyX0k%)TXXKMAIL n_DAYSWRITTEN Attn: Bruce R. Johnson NOTICETOTHE CERTIFICATE HOLDER NAMED TO THE LEFy ?gQO §4x 3200 Tahquitz Canyon Way xaamncc �c�� sgaawBtoaaansnsseLrs�x. Palm Springs, CA 92262 1Be�rxa�xaxsx 9GTHORI�2E/�REPRES11ENTATIVE ACORD25-S(7/97)1 of 3 #87473 4/HMH OACO D COR045RATION1988 DEWIPTIONS (Continued from Se 1) "but failure to . . . "wording. * 10 Day Notice of Cancellation for Non-Payment of Premium AMS 25.3(07/97) 3 of 3 #87473 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25-S(7i97)2 of 3 ##87473 CG 2010 POLICY NUMBER: CGLO011114 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED -OWNERS, LESSEES CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Project or Location: The City of Palm Springs Re: Bridge Repairs Project 3200 Tahquitz Canyon Way City Project#97-20 Palm Springs, CA 92262 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non-contributory, but only as respects any claim, loss or liability arising out of the operations of the named insured and only if such claim, loss or liability is determined to be solely the negligence or responsibility of the named insured. CG 20 10 (11/85) Copyright, Insurance Services Office, Inc., 1984