Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04444 - BOND BLACKTOP 2001-02 SLURRY SEAL
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 Bond Blacktop,Inc. ACCEPTANCE DATE: May 31,2002 P.O.Box 616 PROJECT: CP#01-23, Union City,CA 94587 2001/2002 Annual Slurry Seal AGREEMENT NO 4444 MINUTE ORDER NO. 6999 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing L.F. Curbing LT Street Paving S.F. Street Paving S.F, Sidewalks S.F. Sidewalks S.F, Driveway Approaches S.F. Driveway Approaches S.F, Bike Paths S.F. Bike Paths ST, Sewer Mains LY Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals L.F. Sewer Manholes EA. Sewer Manholes EA, Storm Drains L.F. Storm Drains L.F. Survey Monuments EA. Survey Monuments EA, Slurry Seal Section 23 2,427,581 S.F. Slurry Seal Section 24 1,887,146 S.F. Location Sections 23,25,T-4-S,and R-4-E, C.P.S Drawing No(s). Specifications Permit No. 12733 Contractor(s)actually doing the work Bond Blacktop,Inc. Notify your bonding company/bank to release the following bonds: No. 5620343 in the amount of $ 290,061.22 Performance ro Ii4 1b3 No 5620343 in the amount of $ 290,061.22 Payment kl o 7 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: $296,401.92 Submitted by: U17YYI En ineering field Supervisor Approved by AL 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.0208 DOC ✓kt M0 —3.77439 06/14/2002 08: A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk &I IIIIII IIIIII IIIII IIII IIII IIIIIII IIIIII III II Recorder _ _ � IIIIIIIIII Recording Requested By And M 5 U PAGE SIZE OA POOR NOCOR SMF MISC When Recorded Return To: City of Pakn Springs Attn: City Clerk P.O. Box 2743 Palm Springs, CA 92263-2743 R OPY ONG REFUND NCHG EXAM (SPACE ABOVE TIES LINE FOR RECORDING USE) -- (EXEMPT FROM RECORDING FEE PER GOV.CODE§6103)� i NOTICE OF COMPLETION 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.Talrquitz 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 3rd day of May, 2002. 5. The name of the contractor (if named) for such work of improvement was: Bond Blacktop. 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: 2001/2002 Annual Slurry Seal. 7. The property address or location of said property is: Sections 23, 24, T4-S and R4-E. S. City Project No. 01-23, Agreement Number: 4444, 1AJJ.caCe Order 6999 CITY OF PALM SPRINGS:: REVIEWED BY: BY: -VA)L DATED: 6� Director of Public Works/City Engineer 17AV'il 16,4 2A lC i .Asd PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that she makes this verification on behalf of said corporation; that she has read the foregoing Notice of Completion,and knows the contents thereof,and that the facts stated therein are true; that as said City Clerk, she snakes this verification on behalf of said municipal corporatio City C1,erk WP:clr/June02 PAT Ie 1 GA A. SftN OCRS Index No. 0802 i i CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Bond Blacktop Inc. Date: May 6,2002 P.O.Box616 Project No.: C.P. 01-23 Union City CA 94587 Project Name: 2001 /2002 Annual Slurry Seal Change Order No.:One(1) Attn: Ed Dillon Contract Purchase No.: 216344 Account Number(s): 133 - 4298 - 50191 Agr.#4444 M.O.#6999 Res. # A.CHANGES IN WORK: Increase to Contract Bid Item: Schedule A Item Description 1 Construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of Reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets within Section 23. Schedule B Item Description 1 Construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of Reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets within Section 24. Increase to Contract Bid Item (New): Item Description A Construction of Type II Slurry Seal for Camino Bombero from El Cielo Road to East Gate, including 2 parking lots along Camino Bombero for Fire Station No.2. B.CHANGES IN CONTRACT COST: Increase to Contract Bid Item: Schedule A Item Description 1 Construction of Type II Slurry seal,including 17,655 SF @$0.065 $ 1,147.58 mobilization,traffic control,removal and replacement of reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets within Section 23. Schedule B Item Description 1 Construction of Type II Slurry seal, including 71,207 SF @$0.065 $ 4,628.46 mobilization,traffic control,removal and replacement of reflectorized raised pavement markers and pavement markings, and all appurtenant work on various City streets within Section 24. May 6, 2002 CP 01-23 2001 /2002 Annual Slurry Seal Change Order No. 1 Page 2 of 3 (Continued) B. CHANGES IN CONTRACT COST: Increase to Contract Bid Item New): Schedule A Item Description A Construction of Type II Slurry Seal for Camino Bombero 8,687 SF @$0.065 $ 564.66 from El Cielo Road to East Gate, including 2 parking lots along Camino Bombero for Fire Station No.2. Total $ 6,340.70 TOTAL NET CHANGE ORDER = $ 6,340.70 NOTE: No additional markup will be added to any items in this Contract Change Order. C. REASON FOR CHANGE: Schedule A Slurry Seal quantity in Section 23 was field measured by both the Contractor and the City Inspector. Increase in quantities occurred on various streets throughout Section 23. The quantity and amount has been agreed to by both the Contractor and the City Inspector. Schedule B An error in the street system database was found for the El Cielo Road street segment from Sunny Dunes Road to Sonora Road; That street segment listed street a surface area less than actually exists. The database has been revised, and this change reflects the additional 69,374 SF for the El Cielo Road street segment. The remaining increased quantity occurred on various streets throughout Section 24. The quantity and amount has been agreed to by both the Contractor and the City Inspector. New Bid Item A Per the recommendation,of the Palm Springs International Airport Operations Manager, construct Type II Slurry Seal for Camino Bombero, from El Cielo Road to East Gate, including 2 parking lots along Camino Bombero for Fire Station No. 2, due to airport improvements for the fire station. This work will be paid for by the Airport. All prices are at the original bid unit price. SOURCE OF FUNDS: 2001 /2002 Annual Slurry Seal Account No.: 133 - 4298 - 50191 = $ 5,776.04 AIP 32 ARFF Vehicle/Building Account No. 415 - 6600 - 56045 = $ 564.66 Summary of Costs Contract Time Original Contract Amount: $ 290,061.22 Original Completion Date: May 3, 2002 This Change Order: $ 6,340.70 Days Added for this C.C.O.: 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 296,401.92 Revised Completion Date: May 3,2002 May 6,2002 CP 01-23 2001 /2002 Annual Slurry Seal Change Order No. 1 Page 3 of 3 1 have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted Jyl Date .70 6L n r .r i Field E ineering upervisor By_ rg��#/ �f �ca Approved BY Date J y Director of Public Works/City Engine Title Approve by" ,/ ' U�� Date /City Manager Date_ Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance 0) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) ON + /q 9vVV Bond Blacktop . 2001-02 Slurry Seal AGREEMENT #4444 M06999, 2-6-02 AGREEMENT THIS AGREEMENT made this day of �L7if.G� in the year 2002, by and between the City of Palm Springs, a charter city, organized and existing in the C unty of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and BOND BLACKTOP, 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 Schedulels) of the City's Contract Documents entitled: 2001/2002 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO.01-23 The Work is generally described as follows: Construction of Type II Slurry Seal on various City streets in Sections 23&24;traffic striping;and all appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedulels). 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 Scheel List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Band, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ll 1iIII -.,�q n „n ��rJL 001,^lift SSi.i`Ire.', ,__�L,Ili is 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 AGREEMENT FORM 12/19/01 AGREEMENT AND BONDS - PAGE 1 r 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. 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 lawl, 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. ArTAT 9-T^ Y OF PALM RI S,CALIFORNIA City Clerk APPROVED AS TO FORM: APPROVED BY THE CITY COUNCIL: 6999 2/6/02 By _ _ Minute Order No. Date - City Attorney Agreement No. 4444 Date CONTENTS APPROVED: V City Engineer Date � ' rf i City Mani Date 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 AGREEMENT FORM 12/19/01 AGREEMENT AND BONDS - PAGE 2 CONTRACTOR: Bond Blacktop, Inc. (Check one:_individual _partnership, X corporation) By _ signature _ - - - - (NOTARIZED) Print tIlame and Title: Elora;<l= D. Dillon, V. Presidnet By signature (NOTARIZED) Print Name and Title: William I. Bond, President & Secretary Mailing Address: Post Office Box 616 Union City, CA 94587 Date_February 14, 2002 (Corporations require two signatures; one from each of the following groups; A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer). End of Signatures 200112002 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO 01-23 AGREEMENT AND BONDS- PAGE 3 12/19/01 California All Purpose Acknowledgment State of California County of San Mateo On -�7I // , before me, Jean L. Neu, Notary Public Date Name a Title of Officer/Notary personally appeared Ed Dillon Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. gyp. -''-®' JEAN L.IVEU ^i Commission#1332209 z Notary Public-California San Mateo unty Qmycarnm-wm� 005 21.2 Notary Public ------7 J------- OPT/ONAL----- -----------------------------�� (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\suretylforrns\notary.doc California All Purpose Acknowledgment State of California County of San Mateo On 01 �� before me, Jean L. Neu, Notary Public ° Date Name a Title of Officer/Notary personally appeared William Travis Bond Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal _ l JEAN L.NFU Commission#1332209 Z i Notary Public-California Sar¢hGE.a�teo County My Conan, ses Uec21,2t No ary Pubtic -OPTIONAL --- (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc BOND #5620343 PREMIUM: $2,308.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That BOND BLACKTOP, 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 fliverside, California,hereinafter called the "City,"in the sum of: TWO HUNDRED NINETY THOUSAND SIXTY ONE AND 22/100s——— 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: 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 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 pursuam 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 11 th day of February ,2002, CONTRACTOR; BOND BLACKTOP, INC. SURETY: (Check one: _individual, _partnership, GREAT AMERICAN INSURANCE COMPANY X corporation) p 7 �7 DY/ JO N ON ae °an Title OI�N Y—IN— ACT INOTAR)ZED) iSEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETYI Print Name and Title; - Ed Dillon, V. President - slgnetun (NOTARIZED) Print Name and Title: William T. Bond, Secretary (Corporations require two signatures; one /ram each of tna following groups:A.Chaim-an of Board,President,or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer), 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO,01-23 PERFORMANCE BOND 12/19/01 AGREEMENT AND BONDS-PAGE 6 California All Purpose Acknowledgment State of California County of San Mateo On February 11, 2002 before me, Jean L. Neu, Notary Public Date Name B.Title of Officer/Notary personally appeared Jody A. Johnson Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. JEAN L.NEU 2 Commission#1332209 Notary Public.California San Matoo County l �yComm.F ,ime[]nc21,20D5 JNotary Public ----- - --------OPTIONAL (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h Adocs\surety\forms\notary.doc California All Purpose Acknowledgment State of California County of San Mateo On February 11, 2002 before me, Jean L. Neu, Notary Public Date Name 3 Title of Officer/Notary personally appeared Ed Dillon Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. deanti. v u Commission 1332209 i Plotary vUU11G-Calitomia San Mateo County ( / Notary Public --------------OPTIONAL --�-�- (The information below is not required by low) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc California All Purpose Acknowledgment State of California County of San Mateo On February 11, 2002 before me, Jean L. Neu, Notary Public Date Name a Title of Officer/Notary personally appeared William Travis Bond Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seat. a JEAN L Commission#N%3220 tt Plotary Public-California _z San Mateo County e mm.EPims DeC21,26D5 0.0. `-Notary Public OPTIONAL-- -------- ----- - (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc • •ND #5620343 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That BOND BLACKTOP, 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 at; TWO HUNDRED NINETY THOUSAND SIXTY ONE AND 22/100S--- dollars, for the payment of which sum well and truly to be made, we bind ourselves, our hairs, 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; 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO,01-23 NOW THEREFORE, if said Contractor, its subcontractors, Its heirs, executors, administrators, successors, or assigns shell 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 Cade, 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 tab", all as required by the provisions of This XV, Chapter 7, Sections 3247-3262, inclusive, of the Civil Code of the State of California and acts emendatory 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, proWsions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to he executed or performed,or any person, company,or corporation renting or hiring implements or machinery or power far,or contributing to,said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this 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 Connect 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 11 th day of February ,2002. PAYMENTBOND AGREEMENT AND BONDS-PAGE 6 CONTRACTOR: BOND BLACKTOP, INC. (Check one: individual,_partnership, X carporatlon) By AnJ k1l. alpwtura (NOTARIZED) Print Name and Title: Ed Dillon, V. President By alaaetm. (NOTARIZED( Prim Name and T@le: William I. Bond, Secretary (Corporations raq*4 two sipnatur"; ofN hom asrh of the fo#owhtg groups: A. Chairman of Board, Praldont, or any Vlu Prrldanry AND B, Secretary,Aadatam Sa ry,Trwtrar,AnIstam Treaatrar,or C N*f Financial Officer). a SURETY: GREAT AMERICAN INSURANCE COMPANY JOD A. JOH ON Title ATTORNEY-IN- CT (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) PAYMENT BOND AGREEMENT AND BONDS•PAGE 7 California All Purpose Acknowledgment State of California County of San Mateo On February 11, 2002 before me, Jean L. Neu, Notary Public Date Name ft Title of Officer/Notary personally appeared Jody A. Johnson Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. *�- FAN L. 13U Commission 0 1332203 r i td , Notary Public-California r , San Mateo County lPJ My Conrrt.P.rim$130021,200'5' / otary Public OPTIONAL--------____ (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc California All Purpose Acknowledgment State of California County of San Mateo On February 11, 2002 before me, Jean L. Neu, Notary Public Date Name&Title of Officer/Notary personally appeared Ed Dillon Names(s) of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. JEAN L. NEU Commission t 1332209 y Public-California a 61aIQ San Mateo County � My Comm.F.>pimapen21,20D5 Notary Public OPTIONAL (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc California All Purpose Acknowledgment State of California County of San Mateo On February 11, 2002 before me, Jean L. Neu, Notary Public Date Name Ft Title of Officer/Notary personally appeared William Travis Bond Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal.`" `�`'y ^� �= ^� COMMN L. NE6 a ....{�,,, mission#1332209 No Public-Cclifornis Sars Mateo County �7 W con n.Elpires&Z221,2 k3 +eT•^v 99 J `'Notary Public ---------OPMNAL (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h Adocs\surety\forms\notary.doc • 0 • ! • GUM INSURMCE COM MY0 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 14042 TWO 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 anv such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limn of Power JEAN L. NEU BOTH OF BOTH JODY A. JOHNSON REDWOOD CITY, UNLIMITED CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF 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 21st day of May , 2001 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF 14AMILTON —ss. On this 21at day of May, 2001 , 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 I, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized,from time to time,to appoint one or more Attorneys-In-Fact to execute on behalf of the Company,as surety,an-vandal] 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 anv bond, undertaking,contract orsuretyship,or other written obligation in the nature thereof,such signature and seal when soused being hereby adopted by the Company as the original signature ofsuch 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 11 th day of February 2002 S 1029S(11/97) CA Codes (cep:995.310-995.0 0 Page ( of 2 CODE OF CIVIL PROCEDURE SECTION 995.310-995.380 995. 310. Unless the statute providing for the bond requires execution by an admitted surety insurer, a bond shall be executed by two or more sufficient personal sureties or by one sufficient admitted surety insurer or by any combination of sufficient personal sureties and admitted surety insurers. 995. 311. (a) Notwithstanding any other provision of law, any bond required on a public works contract, as defined in Section 1101 of the Public Contract Code, shall be executed by an admitted surety insurer. A public agency approving the bond on a public works contract shall have a duty to verify that the bond is being executed by an admitted surety insurer. (b) A public agency may fulfill its duty under subdivision (a) by verifying the status of the party executing the bond in one of the following ways: (1) Printing out information from the website of the Department of Insurance confirming the surety is an admitted surety insurer and attaching it to the bond. (2) Obtaining a certificate from the county clerk that confirms the surety is an admitted insurer and attaching it to the bond. Company Profile Page I of 2 Company Profile rtment of cq Insurance GREAT AMERICAN INSURANCE COMPANY OF NEW YORK 580 WALNUT STREET STE 825 CINCINNATI, OH 45202 800-972-3008 Former Names for Company Old Name: AMERICAN NATIONAL FIRE INSURANCE COMPANY Effective Date: 06-07-2001 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 8I8 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 22136 NAIC Group #: 0084 California Company ID #: 0651-0 Date authorized in California: October 31, 1947 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: NEW YORK Dines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT http://www4.insurance.ca.gov/wu/idb_co_prof utl.get_co prof?p_EID=2916 2/27/2002 Company Profile Page 2 of 2 FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in M, Area Financial Rating Organizations Last Revised-February 21,2002 03:02 PM Copyright©California Department of Insurance Disclaimer littp://www4.insurance.ca.gov/wu/idb_co_prof utl.get_co prof?p_EID=2916 2/27/2002 0 0 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. I. BIDDER/CONTRACTOR'S Name and Street Address: E„l �2i /1_l �F� ���' 2. CONTRACTOR'S Telephone Number:(S�GJ ) ��J ` �/%S✓ Facsimile Number: (S'/d ) >r 3. CONTRACTOR'S License: Primary Classification State License Number(s) ;?�& Supplemental License Classifications 'Vl11) 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of SuretyI i^n »c� e oJ� r� P Sir l) rcc� Address S Lr) CP h i + Sal P R-e d i, l 0 t)d C 1 f 4 n Surety Company 6111erzt °� 1 Yl V^ I CC yL /J"I >,aa %a Telephone Numbers: Agent It G ) 3 9- 6:103 Surety ( ) 5. Type of Firm (Individual, Partnership or Corporation): CO r P6 r'7 6. Corporation organized under the laws of the State of: ea- 1 i �6' C m Cv 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: EtJ �l/Q il'I :717 So it d I i"es Id e)tt �1 eOSGI 116)a lei �`;/cl to) l� er 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 BIDDER'S GENERAL INFORMATION 12/19/01 BID FORMS - PAGE 13 BID DOCUMENTS Only the following (fisted documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the BW at the -dme of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bad Bond (Bid Security Form) Bidder's General Information Failure otl` a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 COVER SHEET 12/19/01 BID FORMS-PAGE 7 0 BIO E D TO: C UY 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: 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the fallowing Addenda (receipt of which is hereby acknowledged): , Number _J\//jam 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 Worl< 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, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned pp Biddingi Schepduley(-s). Dated: Bidder: /�Oj JD GI JJ Y L ti•-1 Y6 C By: L cif r ' - _ (Signature) Title: /^,54 boat rd D, Di 101)1-=- 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 BID (PROPOSAL) 12/19/01 BID FORMS-PAGE 2 BID SCHEDULE A Schedule of Prices for the Construction of the: 200//2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 Various City Streets in Section 23, Township 4 South, Range 4 East in Palm Springs, California Item 11escri'u n Estimated Unit Unit Amount No Quantity Price 1. Construction of Type II Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized 2,409,926 SF $ 0, 0 6 5 $ raised pavement markers and pavement — markings, and all appurtenant work on various City streets within Section 23. TOTAL OF BID SCHEDULE A: $ 15 (01, 6 (4E; , (Pnce in fitlwes) $ ( - e AWioj e� F ftv —S d � � ousand $ � d, t rPa ,C --- ✓1 r h C f e e O t C ( U p O G( S all aPrlce in wordsl Name of Bidder or Firm Be iA 3 cck-- 200//2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 UNIT PRICE BID SCHEDULE 12/19/01 BID FORMS - PAGE 3 i • BID SCHEDULE B Schedule of Prices for the Construction of the: 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 Various City Streets in Section 24, Township 4 South, Range 4 East in Palm Springs, California ftem Descnption E4mated Unit Unit Amount No, Quantity Price 1. Construction of Type If Slurry Seal, including mobilization, traffic control, removal and replacement of reflectorized 1,816,939 SF S 0. �65 5 �� 03(0.03 raised pavement markers and pavement markings, and all appurtenant work on various City streets within Section 24. TOTAL I;ID SCHEDULE B: $ I [ 8 036 . 03 f IN..in Bgures) $ the � hdrrC, Q (7Eeeh E�O�.Spnc! f r� �Sil �d��ar an � f�,�ssCen IPrice in words) Name of Bidder or Firm �oltd 1�9�c�k.lo�, �'nic. 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO, 01-23 UNIT PRICE BID SCHEDULE 12/19/01 BID FORMS - PAGE 4 BID SCHEDULE C Schedule of Prices for the Construction of the: CITY PROJECT NO. 01-23 Indian Canyon Drive From Racquet Club Road to Simms Road in Palm Springs, California Item Description Estunsted Unit Unit Amount 1. Quantity rose 1 Traffic Striping, Signage, and Markings (Including Striping Removals)TOTAL BID SCHEDULE C: 1 // 11 (Price in figures)/ $ Fit f �P_r1 �N0(A hd hrrt F1c.n4r,-A e.( q �ty �c)((ar-S (Price in wends) Name of Bidder or Firm 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO, 01-23 UNIT PRICE BID SCHEDULE 12/19/01 BID FORMS - PAGE 5 • BID SCHEDULE D • Schedule of Prices for the Construction of the: CITY PROJECT NO. 01-23 Various Locations in Palm Springs, California Item Description Ettimatotl Unit Amount NO au Pntity Replace exisung centerline striping with 1. corresponding raised pavement markers; repaint 4" white edge lines; traffic control, --- LS S_ i 9 Q Qi . Qn_ and all appurtenant work on Dillon Road from Diablo Road to Karen Avenue. Replace existing centerline striping with corresponding raised pavement markers; 2. traffic control, and all appurtenant work at --- LS S� 1 a 0 t� Garnet Avenue from Indian Canyon Drive to 550' west of Intersection. Replace existing centerline striping and lane line striping with corresponding raised 3' pavement markers, paint 4" white edge LS S 12� y 0 0 00 lines; traffic control, and all appurtenant work on Indian Canyon Drive from Francis Drive to 18th Avenue. Repaint existing traffic striping and 4 pavement markings; traffic control, and all --_ LS $ y 2 $5 • Q d appurtenant work on 20th Avenue from —� Indian Canyon Drive to Diablo Road. Replace existing centerline striping with corresponding raised pavement markers; 5. traffic control, and all appurtenant work on --- LS s 3 2 0 Ruppert Street from 20th Avenue to 19th Avenue. Replace existing centerline and lane line striping with corresponding raised pavement 6' markers; repaint 4" white edge lines; traffic LS contol, and all appurtenant work on Vista S Chino from Executive Drive to East City Limits. Name of Bidder or Firm 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT N0, 01-23 UNIT PRICE BID SCHEDULE 12119101 BID FORMS - PAGE 6 BID SCHEDULE D Schedule of Prices for the Construction of the: CITY PROJECT NO. 01-23 Continued Item Descnp non Estimated Unit Amount No Quantity Replace existing centerline striping with corresponding raised pavement markers; repaint 4" white edge lines; traffic control, --- LS s I a� 3 oo r o o and all appurtenant work on Gene Autry Trail from Vista Chino to Interstate 10. Replace existing centerline striping with corresponding raised pavement markers; g, traffic control, and all appurtenant work on --- LS s2 1 oC , cJ_Q Tachevah Drive from Celle Marcus to Avenida Caballeros. Replace existing centerline striping with corresponding raised pavement markers; 9, traffic control, and all appurtenant work on — LS $ Z9 S 0 10 a Indian Canyon Drive from Camino Parocela to Alelo Road. Replace existing centerline striping with corresponding raised pavement markers; 1 1D. traffic control, and all appurtenant work on — LS $ 0• �� Baristo Road from Sunrise Way to Farrell Drive. Replace existing centerline striping with corresponding raised pavement markers; 11 . traffic control, and all appurtenant work on --- LS S �) © g_' a� Mesquite Avenue from Farrell Drive to Cerritos Road. Replace existing centerline striping with corresponding raised pavement markers; 12. traffic control, and all appurtenant work on --- LS $ Mesquite Avenue from El Cielo Road to Vella Road. Name of Bidder or Firm 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 UNIT PRICE BID SCHEDULE 12/19/01 BID FORMS - PAGE 7 • BID SCHEDULE D • Schedule of Prices for the Construction of the: CITY PROJECT NO. 01-23 Continued Item Descnpiion EStmeated unit Amount No. amraity Repaint 4" white edge lines; traffic control, 13. and all appurtenant work on East Palm --- LS $ S 1 Jc- -0Q Canyon Drive from Carob Circle East to Star Road. Repaint existing centerline striping; traffic 14. control, and all appurtenant work on Araby — LS S 6 8 0, OD Drive within the Palm Canyon Wash. Replace existing dual-left turn (median) striping, centerline striping and lane line q p 15, striping with corresponding raised pavement LS 9 markers; traffic control, and all appurtenant -- work on Ramon Road from 230 feet east of San Luis Rey to Landau Boulevard. Replace existing centerline striping with corresponding raised pavement markers; 16. traffic control, and all appurtenant work on --- LS $ ' 98(0 ,00 Crossley Road from Ramon Road to Indian Springs Road. TOTAL OF BID SCHEDULE D: $ Say 56Y , oo II (Price in(�gturesl n $ �l9h tkWD SAIt t (U� hUn �rr� $ tXIV—�our _ vV IPrice in w,nds) �{ ( Name of Bidder or Firm / 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 UNIT PRICE BID SCHEDULE 12119/01 B1D FORMS - PAGE 8 TOTAL OF BID SCHEDULES A, B,lw& D COMBINED: 37 ') ,. 6as . .2a (Pace in 1i�mes) $ rc �rrc� SwaPv �! — S rc e r weft QUANTITIES OF WORK: � The quantities of work or material stated in the unit price items of the Slid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 UNIT PRICE BID SCHEDULE 12/19/01 BID FORMS- PAGE 9 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4700, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number / Y Contract Subcontractor's Name & Address 1. S'E' r plhG 7 �I �O � �10 � 2 /a —S, , E+rip 1YI.��1 r� - - �lCo L,C'2 r•1—1)�, l * r1�Gl, 2. 3. 4. J. 6. 7. 8. 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 LIST OF SUBCONTRACTORS 12/19/01 BID FORMS-PAGE 10 0 0 NOH-CON=fl.nEVON AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California } ss. County of } I, 3 ,a l l�.�l J being first duly sworn, deposes and says that he or she is of /73 LL7C 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 JJF?,ld 131�er/CTO' 1�✓ , By p/Title c/TGJGlzi 1Ce Organization Address 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 NON-COLLUSION AFFIDAVIT 12/19/01 RID FORMS - PAGE 11 0 CITY PROJECT NO . 01 - 23 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the foHowing Registered Civil Engg peer: QPOFESS/p � 9 Z No.5727i m Marcus L. Fuller gxp /Z(31I a Senior Engineer Civil Engineer C 57271 CNIL�,���P OFCAL1FO Approved by: David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 12/19/01 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CON•CT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder ' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENMCES APPENDIX "A" - LISTING OF STREETS - SECTIONS 23 & 24 - STREET MAPS FOR SECTIONS 23 & 24 - C. P. S . STANDARD DRAWING NO. 625 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 SPECIAL PROVISIONS 12/19/Ot GENERAL CONTENTS - PAGE 1 • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - RIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bidder ' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 PART 1 CONTENTS 12/19/01 PAGE 1 UT Y OF PALM SPRINGS HOTiCE INVITING SIBS For constructing 2001-02 ANNUAL SLURRY SEAL - Project CP 01-23 N-1. NOTICE IS HKF� MW GIVEN that sealed bids for the 2001-02 Annual Slurry Seal will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2 P.M. on January 22, 2002, at which time they will be opened and read aloud. N-2 DESOe113TI02M OF THEv WOPR: The Work comprises the construction of Type II Slurry Seal on various City streets in sections 23 and 24; traffic striping; and all appurtenant work. 'WT 3 '6-2W0 D OF CONTr4iCT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A, B, C and D and reject ail other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 DID SECURITY: each bid shall be accompanied by a certified or cashier ' s check or Bid Bond in the amount of 10 percent of the total bid price of the total sum of Bid Schedules A, B, C and D payable to the City of Palm Springs . N-, 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 Cl-.ASS: FIcATION: The Contractor shall possess a valid Class '121" or "C-1211 or "C-32" Contractor license at the time of submitting bids . N-7 CCU( SIP °OIRNIA FUAC-;M P-ATE REEQUI kON S : 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 17,L;'T"INAAo r' FROM PAl',NTS : The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 NOTICE INVITING BIDS 12/19/01 PAGE 1 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 dollars 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 . (c1 An additional fee of $20 . 00 will be charged for sets of documents sent by mail . N-10 ADDRESS AND MARRING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement Manager 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 !/ G Z 2001 . CITY OF PALM SPRINGS By e� David J. Barakian, PE Director of Public Works/City Engineer City of Palm Springs 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 NOTICE INVITING BIDS 12/19/01 PAGE 2 • CITY OF PALM SPRINGS • H IS'PI UCTIONS TO BIDDERS f. DEFINED TERIVVS - 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 I30DEIRS - 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 and, 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 920103.5, 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. DMQUALiFICAeTIOH OF MDDERRS - 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 moie 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 CONTRAST DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 INSTRUCTIONS TO 12/19/01 BIDDERS- PAGE 1 Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid forliby the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Eachl 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 he made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM -The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule: or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there, is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 at seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will he corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 at seq. of the California Public Contract Code. 11. QUANTITIES OF WORK — (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount 2001/200:2 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 INSTRUCTIONS TO 12/19/01 BIDDERS -PAGE 2 of work actually done or materiar equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. W THDRAWAL OF SiD0 - The Bid may be withdrawn by The Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODEDCATVONS AND WJAUTD-DOIREED 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. LDOUDDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSIRT0_ATE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AIMAAiRD 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 Wei k 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. fEXECUTOCN OF AGREiEd01Ed IT - 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 lust 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 COVAPEASATKDN BEOE REV1f EW - 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 PROWOTDON — (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 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 INSTRUCTIONS TO 12/19/01 BIDDERS- PAGE 3 newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements Of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 INSTRUCTIONS TO 12/19/01 BIDDERS-PAGE 4 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details * k * F 2001/2002 ANNUAL SLURRY SEAL PART II -- SPECIAL PROVISIONS CITY PROJECT NO. 01-23 GENERAL CONTENTS - PAGE 1 12/19/01 0 0 CITY OF PALIA SPRINGS PUSSUC VASORKS, AND ENGINEEMNG DEPARTMENT S PECN a1L PROMIONS 20011/2002 ANNUAL SLURRY SEAL CI u'Y PROJECT NO. 01-23 SEA TOOIP °I -- TrRNF S, DE.FI1 99TIOHS, ABBREVIATIONS, AND SYMBOLS GI;NIEC.PIAL 1-1 . 1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook") , 2000 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions . In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions . 1-1 .2 SerEplavaentar-yp Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans, " it shall mean the Standard Specifications for Public Works Construction ( "Greenbook") 2000 Edition, as previously specified in the above paragraph. 1-2 :daEULT, ADDIMSS 2001/2002 ANNUAL SLURRY SEAL TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 01-23 12I19I01 SPECIAL PROVISIONS -SECTION 1 - PAGE 1 0 1-2 . 1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Barakian, P. E. , City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2 .3 Legal address of the City' s Project Representative. - The name and address of the City' s designated Project Representative shall be the Engineering Field Supervisor, City of Palm Springs, Engineering Department, 3200 E. ' Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3 . 1 Definitions and Terms . Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of Lhe Cil=y nF Palm Springs. Owner - The Owner shall be the Agency, as defined above. - END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 1 - PAGE 2 12/19/01 0 SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GEMETUM Particular attention is directed to the provisions of Section 6- 1 "Construction Schedule and Commencement of Work, " Section 6- 7 , "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications . After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. The Work, if awarded to include Bid Schedules A, B, C, and D; shall be diligently prosecuted to completion before the expiration of: 40 WORKING DAYS from the date specified in the Notice to Proceed from the City. In the event one or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for all of the Bid Schedules awarded. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. 2001/2002 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 01-22 SPECIAL PROVISIONS - SECTION 2 - PAGE 1 12/19/01 The Work identified in Bid Schedule D shall be diligently prOSeCU ted to completion before the expiration of: 10 WORKING DAYS As set forth in the Agreement, the contractor shall pay to the City as liquidated the sum set fourth in the agreement per day for each and every calendar day' s delay in finishing the work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2 . 3. BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications : "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the ContracC, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTEON OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and -admitted surety insurers . If a corporate surety insurer is used, a County Clerk' s certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds . If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995 . 510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5 . 2 of the Standard Specifications shall. be revised to read as follows,: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control . The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 9. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 2001/2002 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO 01-23 SPECIAL PROVISIONS - SECTION 2 - PAGE 2 12/1 9/01 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows : 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 9. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE Dz:aA Section 2-7 of the Standard Specifications shall be revised to read as follows : 112-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data, " the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data, " or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 T,rE'-KdPOIzM-t .ACC SS OF CONSTRUCTION PLIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which Lhe Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense . 2-6 PROTECTION OF SURVEY MONUM-NTS 2001/2002 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT N0. 01-23 12/1 9/01 SPECIAL PROVISIONS -SECTION 2- PAGE 3 It shall be the Contractor' s responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes . Removal of such monuments, or '', displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor' s expense. Any existing monument shall not be disturbed. The Engineer will maintain a survey location check on the monument without cost to the Contractor. The Contractor is advised that any resetting of monuments will be performed by the Engineer. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal . The Contractor shall be financially responsible for reinstalling the existing monument well, and the City' survey crew will reset the monument . 2-7 SURVEYING - It is the Contractor' s responsibility to provide all construction staking, and field marking for job limits, saw-cut lines and removal's; the Engineer reserves the right of final approval for all construction surveying provided in the field to determine that construction of improvements conform to approved plans . The Contractor shall provide all construction surveying as required by the Engineer or his representative. 2-8 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to ( 1 ) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4 ) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer ' s decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance With the Specifications, the Special Provisions, and the Plans;. All labor, materials, and equipment furnished shall be , subject to the Engineer ' s inspection. 2001/2002 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 01-23 SPECIAL PROVISIONS- SECTION 2 - PAGE 4 12/19/01 When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-1 O SITE _ jM1\91.Y.\'c TjoN The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents . 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a ryBigd,ry Nappspp�+s�}urt/mpp{{�e��yys�p�pa��lyyl said risk. 2 . 12 S6.YBS ITITALS The following provisions shall be added at the end of Paragraph 2-5 . 3 . 3 of the Standard Specifications : On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre-construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. - END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 SCOPE AND CONTROL OF WORK 12/19/01 SPECIAL PROVISIONS - SECTION 2 - PAGE 5 SECVON 3 -- CHANGES IN WORE( 3-1 EXTIPA NORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3 . 2 . 3 of the 2000 edition shall be deleted in its entirety and the following substituted therefor: 3-2 P1l-H—RT 3--2 . 1. Hark p: The provisions of Subsection 3-3 . 2 . 3 Markup, shall be amended to read as follows : P,a) Nork by Contractor. The following percentages shall be added to the Contractor' s costs and shall constitute the markup for all overhead and profit . 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4 ) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2 . 11 Contract Unit Prices : The provisions of Subsection 3- 2 . 2 . 1 of the Standard Specifications shall be revised to read as follows : 3-2 .2 . 1 (a) Allowable Quantity Variations on Unit Price Contracts : In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2 .2 . 1 (b) increases of More Than 25 Percent on Unit Price Contracts : On a unit price contract, should the total quantity of any item of work required under the Contract 2001/2002 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 3 - PAGE 1 12/19/01 exceed the Engineer ' s Estimate ,therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions . Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of ' work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer ' s Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer' s Estimate is less than : $5, 000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2 .2 . 1 (c) :Decreases of More Than 25 Percent on Unit Price Contracts : On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer' s Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an ' executed contract change order specifying the compensation , payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were :to paid for as extra work as provided in Section 3-13 . 2 of the Standard Specifications, as amended in the,se Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the 2001/2002 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 3 - PAGE 2 12/19/01 0 payment for such work be less than that which would be made at the Contract Unit Price . Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs . Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer' s Estimate of the quantity for such item at the original Contract Unit Price. 3-2 .2 . 1 (d) riimin teo7 ateliers on Unit Price Contracts : On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material . The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 01-23 SPECIAL PROVISIONS-SECTION 3- PAGE 3 12/19101 SECTION 4 -- CONTROL OF MATERIALS 4-1 mE ro, 1g7%HnS OR EQUALS 4-1 . 3 Substitutions. - Subparagraph 2 of Section 4-1 . 6 of the Standard Specifications shall be amended to read as follows : Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal . " A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. ,.-1 .2 Suibmi.ttals for Approval of "Or Equals . " - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute . The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4 .2 tkUl°?ERTALS 2 . 3 y`suanLiLti.es. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 Placing Orders . -- The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by 2001/2002 ANNUAL SLURRY SEAL CONTROL OF MATERIALS CITY PROJECT NO. 01-23 SPECIAL PROVISIONS -SECTION 4- PAGE 1 12/19/01 the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract. END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL CONTROL OF MATERIALS CITY PROJECT NO. 0 1-23 SPECIAL PROVISIONS - SECTION 4- PAGE 2 12/19/01 SECTION 5 -- UTILITIES 5--1 REMOVAL, MLOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications : "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids . The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for .removal or relocation of such utility facilities . Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications . If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. 2001/2002 ANNUAL SLURRY SEAL UTILITIES CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 5 - PAGE 1 12/19/01 The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " (b) Removal, Relocation, or Protection of Existing Utilities . - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications : , "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract ,Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price . " 5-2 1UTILITY LOCATION AND PROTECTION The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions . - END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL UTILITIES CITY PROJECT NO. 01-23 12/19/01 SPECIAL PROVISIONS - SECTION 5 - PAGE 2 0 0 SECTMN 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1 . 1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIDWES Or OPERATION 6-2 . 1 Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7 : 00 a.m. to 3 : 30 p.m. , Monday through Friday, with no work allowed on City- observed holidays, unless otherwise approved by the Engineer: 1 . Powered Vehicles 2 . Construction Equipment 3 . Loading and Unloading Vehicles 4 . Domestic Power Tools 6-:3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Tom Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Gary Dean (760) 202-4257 SOUTHERN CALIFORNIA GAS COMPANY Attention: Rich Isaacs (909) 335-7772 'DIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 778-3400 W14ITEWATEP MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPPINT Attention: Mr. Lynn Durrett (909) 874-7450 UNDERGROUND SERVICE ALERT (800) 227-2600 PROSECUTION, PROGRESS, 2001/2002 ANNUAL SLURRY SEAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 01-23 SPECIAL PROVISIONS -SECTION 6 - PAGE 1 12/19/01 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference. - END OF SECTION - SLURRY SEAL PROSECUTION, PROGRESS, 2001/2002 ANNUAL AND ACCEPTANCE OF THE WORK CITY PROJECT NO. SLURRY SPECIAL PROVISIONS - SECTION 6 -PAGE 2 12/19/01 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General . - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows : "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same . He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees . If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing. " 7-2 Hours of Labor. - Eight hours labor constitutes a legal day' s work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours . The Contractor shall forfeit, as a penalty to the City, $25 . 00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay- 7-3 Prevailing Wage. - As required by sections 1770 and following, of the California Labor Code, the contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations . Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request . The 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO 01-23 SPECIAL PROVISIONS - SECTION 7 - PAGE 1 12/19/01 Contractor shall post a copy of such determination at each job site . The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the director for such work or craft in which such worker is employed for any public work done under the contract by it or by any subcontractor under it. 7-4 Travel and Subsistence Payments . - As required by Section 1773 . 8 of the California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article . To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids . 7-5 Unpaid Claims . - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice . 7-6 Retainage From Monthly Payments . - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract . At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the 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 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 7 - PAGE 2 12/19/01 payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit . 7-7 Resolution of Construction Claims . - As required under Section 20104 , et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104 , et seq. , relating to informal conferences, non- binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract . within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request . The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, it 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 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 7 - PAGE 3 12/19/01 conference to meet and confer for settlement of the issues in dispute . The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first . The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations . - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-1 . 8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis : 1 . A certified copy of an employee ' s payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations . 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies , thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 12/19/01 SPECIAL PROVISIONS - SECTION 7 - PAGE R I 0 provided pursuant to Section 7-1 . 8 , paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-1 . 8, herein, with the entity that requested the records within 10 days after receipt of a written request . Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual ' s name, address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7- 8, paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address . In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee ' s address and social security number 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 7 - PAGE 5 12/19/01 0 need only appear on the first payroll on which his or her name appears . The payroll shall be accompanied by a "Statement of Compliance, " signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors'. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10, 000, nor be less than $1, 000 . Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract . The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date' that all the satisfactory payrolls for which the retention was made are submitted. 7-9 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best ' s Financial Rating of VII or better, and (3) with companies with a Best ' s General Policy Policyholders Rating of not less than A, except that in case of Worker' s Compensation Insurance, participation in the State Fund, where applicable, is acceptable. The limits of liability for insurance, as required by Section 7- 3 and 7-4 of the Standard Specifications, shall provide coverage for riot less that the following amounts, or greater where required by laws and regulations : 1 . Workers ' Compensation: a) State: Statutory Amount Or minimum $1, 000, 000 b) Employer ' s Liability: $1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 7 - PAGE 6 12/19/01 $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $ 1, 000, 000 Annual Aggregate 3 . Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $ 1, 000, 000 Each Person $ 1, 000, 000 Each Occurrence b) Property Damage $ 1, 000, 000 Each Occurrence Or a combined single limit of $ 1, 000, 000 7-10 PERMITS 7-10 . 1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City' s Municipal Code . The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, ('760) 323-8289 . 7-10 .2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. - END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 SPECIAL PROVISIONS -SECTION 7 - PAGE 7 12/19/01 0 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL. (BLANK) - END OF SECTION - 2001/2002 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 7 - PAGE 8 12/19/01 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GrNEF 9-1. . 1 Payment. - Payment for the various items of the Bid Sheet (s) , as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U. S . Department of Labor (OSHA) . No separate payment will be made for any item that is not specifically set forth in the Bid Sheet (s) , and all costs therefor shall be included in the prices named in the Bid Sheet (s) for the various appurtenant items of work. 9-1 .2 Partial. and Final Payments . - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct . Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages . Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment . All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment . Ali billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor' s conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 . Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor' s work, together with releases of lien from any subcontractor or material-men. 2001/2002 ANNUAL SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 9 - PAGE 1 1211 9/01 0 9-1 . 3 Payment. - The last isubparagraph of Standard Specifications Section 9-3 . 1 shall be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City Council, or as prescribed by law, the ,amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filedlnotices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2 . 1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet',(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet (s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract ',to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items . 9-2 .2 Initial Mobilization. - Measurement for payment for initial mobilization will be considered as included in the bid item (s) , and no additional payment will be made therefore. - END OF SECTION - 2001I2002 ANNUAL SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO. 01-23 SPECIAL PROVISIONS - SECTION 9 - PAGE 2 12/19/01 • 0 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1 . 1 Dust Control And Site cleanup Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris . The Contractor shall be responsible for project site maintenance as per section 7-8 of the Standard Specifications . The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor' s bid. Payment for dust control and site clean up shall be considered as included in the various bid items of work, and no additional payment will be made therefore . 10-1 .2 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 that the Contractor in submitting a bid assumes all said risk. 10-1 . 3 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. 10-1 . 4 Trial Applications - The contractor shall place a Lest strip of each type of slurry of ' 60 square yards in the designated area . The test section shall be placed using the same equipment and methods as will be used on the job. Slurry mixture placed in the test strip shall conform to job mix with minor variations to obtain crack fillings, bond to pavement, and desired skid resistant texture . In the event that the materials do not meet the requirements for fluidity, non-segregation, or surface texture, a new job mix shall be formulated and tested at the Contractor ' s expense. Work shall not proceed before approval of design mix and acceptance by the Engineer following the placing of a test strip. 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10- PAGE 1 10-2 TRAFFIC CONTROL 10-2 . 1 Maintaining Traffic. Attention is directed Co Sections 7-10, "Public Convenience and Safety, " of the Standard Speci.`ications . 10-2 .2 Field Operations. - The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions . The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2 . 3 Construction Signing, Lighting and Barricading. - Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES" dated 1996, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2 . 4 Temporary No Parking Signs . - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs' shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant . The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the :signs . Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within' 24 hours after the effective date . 10-2 .5 Notice to Property Owners or Businesses . - The Contractor shall notify the property owners or occupants of affected properties with a written , notice 48 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties . 10-2 . 16 Travel Lanes . - In public streets, during working hours,, the Contractor shall maintain not less than one lane of traffic open at all times . At night' and during non-working hours, the Contractor shall leave the work site in a safe condition and 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10- PAGE 2 0 • allow for the full use of all lanes of traffic . Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. 10-2 . 7 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. Payment for traffic control shall be considered as included in the various bid items of work, and no additional payment will be made therefore . 10-3 TYPE II SLURRY SEAL 10-3 . 1 Description - The slurry seal work shall consist of the application of Type II Slurry Seal, in accordance with the requirements of Subsection 20375 and 302 . 4 of the Standard Specifications and as specified herein. The Contractor shall submit to the Engineer at the Pre-Construction Conference a mix design in accordance with Section 203-5 . 4 of the Standard Specifications . 10-3 .2 'Material - The mineral aggregate shall be 100 percent crushed rock of angular shape, sound, durable, hard, resistant to abrasion, and free from lamination, weak cleavages, and undesirable weathering. The material shall be such that it will not disintegrate from the action of air, water, or other conditions to be met in handling and placing and shall have a specific gravity of not less than 2 . 60 . Ail materials shall be clean and free from deleterious impurities, including alkali, earth, clay, and refuse . The grading of aggregate shall conform to the gradations specified in Table 203-5 . 3 (A) of the Standard Specifications for Type II . Care should be exercised to prevent segregation of aggregate in storage and handling. If segregation occurs, the material shall be worked prior to mixing in a manner that will minimize segregation . Emulsified asphalt shall be cationic type, Grade CSS-Ih conforming to the requirements of Section 203-3 . 1 and 203-3 . 2 of the Standard Specifications . Latex shall be added to the emulsified asphalt . Latex shall be Ultrapave 65VC as manufactured by Textile Rubber and Chemical Co. , Richwood, Washington, 800/887-7718 or approval equal . Latex shall be added to the emulsified asphalt at the plant at the rate of 2 1/2 parts latex to 100 parts emulsified asphalt by volume. Latex 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 3 mixed in the emulsified asphalt shall be kept in the suspended state by agitating mixer every 3 days . 10-3 . 3 Equipment - The equipment used in the performance of the work shall be subject to approval of the Engineer and shall be maintained in satisfactory working condition at all times . Descriptive information about the slurry mixing and applying equipment to be used shall be submitted to the Engineer for approval at the Pre-Construction Conference . 10-3 . 3A Mixer - The slurry mixing machine shall be a continuous flow mixing unit and be capable of delivering accurately a predetermined proportion of aggregate, water, and emulsified asphalt to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis . The aggregate shall be pre-wetted immediately prior to mixing with the emulsified asphalt . The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. The mixing machine shall be equipped with an approved fines feeder that provides a method to accurately introduce a predetermined proportion of mineral filler at the same time and location that the aggregate is fed into the mixer. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spraybar adequate for complete fogging of the surface ahead of the spreading, equipment with an application of 0 . 05 to 0 . 10 gallon per square yard. Sufficient machine :storage capacity to mix properly and apply a minimum of 12 -cons of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing slurry seal . 10-3 .3B Self-contained Slurry Machine - The machine shall be capable of rapid discharge of the mixed materials into a Spreader having suitable controls to allow adjustment for variations in pavement grades and slope. The spreader shall be similar to the spreader box as herein before specified. The spreader box may be either an integral part of a self- contained slurry machine or a separate towed unit . The self- contained slurry unit shall be mounted on a truck or other vehicle capable of producing evenly controlled low rates of :speed throughout the operation, so that the slurry is spread evenly and all cracks are filled. 10-3 . 3C Slurry Spreading Equipment - Attached to the mixer machine shall be a mechanical type squeegee distributor equipped with flexible material in contact with the surface to prevent loss of slurry from the distributor. It shall be maintained to prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread. There shall 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 4 0 be a lateral control device and a flexible strike-off. The box shall be kept clean and the build-up of asphalt and aggregate on the box shall not be permitted. The use and condition of burlap drags or other drags shall be approved by the Engineer. 10-3 .3D Cleaning Equipment. - Power brooms, power blowers, air compressors, water flushing equipment (prior to slurry only) , and hand brooms shall be suitable for cleaning the surface and cracks of the old surface . 10-3 . 4 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 10-3 .5 Placing - Type II Slurry shall be placed on the public streets listed in the appendix, and as directed by the Engineer . The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface. No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the City. The surface shall be thoroughly cleaned and swept prior to the application of slurry seal . The application of .slurry small be scheduled to commence after 7 : 00 A.M. and shall be completed by 2 : 00 P.M. No slurry shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees F. The slurry seal shall be applied only when the existing surface is clean and free of visible moisture. The slurry seal shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these Special Provisions, and as directed. The cured slurry shall have a homogeneous appearance, it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. The slurry mixture shall be of the designated consistency when deposited on the surface and no additional elements shall be added. Total mixing time shall not exceed 4 minutes . A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate fines from the course aggregate . If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement . 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 5 10-3 . 6 Rate Of Application - The rate of application for Type II Slurry for each pass shall average 15 pounds per square yard; provided, that it shall be applied at the rate of not less than 13 pounds nor more than 17 pounds per square yard. 10-3 . 7 Joints - No excessive build-up causing unsightly appearance shall be permitted on longitudinal or transverse joints . Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and portland concrete pavement and,/or concrete gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the slurry shall be neatly spread or trimmed to a straight line defined ' by the near curb lines of the street adjacent to the work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible to the machine . Care shall be exercised to insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of slurry spread by hand shall match that which was applied by machine . Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. 10-3 . 8 Smoothness - The finished surface of the slurry seal shall be at least as smooth as the original pavement surface. Any corrugations on the surface creating vibrations noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slurry seal construction. 10-3 . 9 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, and all trash, rubbish, and debris and shall legally dispose of all such items . The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by 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. 10-3 . 10 Removal and Resealing - Any slurry seal application that has been rejected shall be removed by cold planing to the original pavement . A new slurry seal application shall then be placed on the pavement . Any placement of slurry seal that has been rejected shall be removed and replaced at the Contractor' s expense. 10-3 . 11 Protection of Uncured Slurry - The Contractor shall provide such flaggers and barricades as may be required to protect 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 CONSTRUCTION DETAILS 12119/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 6 0 the uncured slurry from vehicular traffic. All damages to the uncured slurry shall be the responsibility of the Contractor. 10-3 . 12 YlJeasurement and Payment - Payment for Type II slurry seal shall be made at the contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements . The contract unit price includes full compensation for all slurry seal and appurtenant work, including all labor, equipment, and materials, pavement cleaning, posting of notices, masking and cleaning pavement markers and utility covers, removal and replacement of reflective, raised pavement markers and traffic markings, and all other incidental work. 10-4 MIfaY".E'LT.&?N'EOUS APPURTTDNNWT WORK y 10-4 . 1 Utility C©vgx°s - Immediately prior to applying the slurry seal, all utility covers shall be protected with butcher paper and a thin layer 30-mesh sand or by alternative means approved by Engineer. 10-4 .2 P-rOteetiOn Of ?Raysee? Pavement. Maslce;_s - For raised pavement markers which are to remain, the contractor shall mask off pavement markers or wash the slurry from all pavement markers immediately after application of the slurry with water in a motorized pressured spray rig or by other means approved by the Engineer, cleaning the entire surface of each dot, and shall leave no residue from the slurry on the dots . This operation shall be paid for under the unit price bid for the Construction of Type II Slurry Seal, and no additional compensation will be made therefore. 10-5 . 1 General - For public streets, all existing thermoplastic striping or markings in areas to be slurried shall be removed by the Contractor. The Contractor shall replace all markings on non-local streets with thermoplastic markings, and aLl traffic striping shall. be replaced as follows : For all streets with existing traffic striping, either with paint or thermoplastic, the contractor shall replace the striping with the corresponding raised pavement marker detail . For all streets with raised pavement marker striping, the non- reflective markers shall be protected in place and washed after slurry in accordance with Section 10-4 . 2 "Protection of Raised Pavement Markers" . Any gaps in the striping due to missing or damaged markers shall be filled in with new markers . 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO 01-23 CONSTRUCTION DETAILS 12/10/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 7 0 For all streets, all existing reflective markers shall be removed and, after slurry application, replaced in like kind with new reflective markers . New blue markers shall be placed at fire hydrant locations whether or not markers existed prior to slurry. 10-5 .2 Pavement Markings - Pavement markings shall conform to the provisions in Section 21d-1 . 6 . 1 "General" , 210-1 . 6 . 2 "Thermoplastic Paint, State Specifications" and 210-1 . 6 . 3 "Rapid Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications and these Special Provisions . 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 "T" ) which shall be applied in accordance with the manufacturer ' s printed instructions . Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor . Traffic striping and pavement markings may be installed at night after 8 : 00 p.m. or in the early morning before 6 : 00 a .m. with the prior approval of the Engineer. Payment for installing pavement markings and markers at night shall be included in the unit price bid for the Construction of Type II Slurry Seal, and no additional compensation will be made therefore. The Contractor shall use Caltrans metric stencils for all legends and arrows on this project, conforming to the latest Bureau of Public Roads standards . The Contractor shall contact the Engineer, 72 hours before any legends are painted on city streets to ensure that the patterns the Contractor is using match the, patterns used by the City of Palm Springs . No other pattern will be allowed except patterns that match patterns used by the City of Palm Springs' . 10-5 . 3 Removal of Traffic Stripe's and Pavement Markings - All thermoplastic traffic stripes an& pavement markings within the areas to be slurry sealed shall be !removed at locations designated above. Where thermoplastic striping or markings exist, they shall be removed by grinding or sandblasting. Where such removal operation is being performed within 10 feet', of a lane occupied by public 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO. 01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 8 0 0 traffic, the residue including dust shall be removed immediately after contact between the erasing machine and the surface being treated. Such removal shall be by sweeping concurrently with the erasing operation. Nothing in these Special Provisions shall. relieve the Contractor from its responsibilities as provided in Section 7-10, "Public Convenience and Safety, " of the Start and Specifications . Payment for removing existing traffic stripes and pavement markings shall be included in the unit price bid for the Construction of Type II Slurry Seal, and no additional compensation will be made therefore . 10-5 . 4 Applying Pavement markings - Traffic legends shall be applied in accordance with section 310-5 . 6 of the Standard Specifications . 10-5 .5 Measurement and Payment - For the work included in Bid Schedules A and R, the contract prices paid per square foot for Type I1 slurry seal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in applying traffic striping and pavement markings, including any necessary rabbit tracks, dribble lines and layout work, complete in place, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. For the work included in Bid Schedule C, payment for traffic striping and pavement markings shall be made at the lump sum price for "Traffic Striping, Signage, and Markings," and shall constitute full compensation for all equipment, materials, and labor necessary for installation of traffic striping and markings, including removal of existing and conflicting traffic striping and markings, and no additional compensation will be allowed therefore. For the work included in Bid Schedule D, payment for traffic striping and pavement markings shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore . 10-5 . 6 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, "Pavement Markers, " and snail be removed and placed in accordance with Section 312, "Pavement Marker Placement and Removal, " of the Standard Specifications and these Special Provisions . Epoxy adhesive per section 214-6 of the Standard Specifications shall be used for installation of all raised pavement markers . All 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO, 01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 9 0 0 existing reflective pavement markers shall be replaced, and new markers of either reflective or non-reflective type installed as necessary to meet the appropriate Caltrans standards for the roads within the project . All lane lines and centerlines delineated within the project, including those streets currently delineated with paint or thermoplastic, will, be delineated with pavement markers and not with paint or thermoplastic. All channelizers removed by the Contractor' s operations shall be replaced in like kind, at its expense . Existing non-reflective pavement , markers shall be washed ill accordance with section 10-5 . 2 "Protection of raised pavement markers" of these special provisions . The Contractor shall install all raised pavement markers and reflectors, not less than 14 days after completion of slurry seal as the job proceeds along, and shall rabbit track the proposed project as the job proceeds before completion of work each day, and not at total completion of slurry seal . The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than 1/2-inch in 50 feet from the specified alignment . All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor . 10-5 . 7 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal . The City will provide blue reflective markers to the Contractor . Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant . When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half-street closest to the fire hydrant and on a line perpendicular to the fire hydrant . 10-5 . 8 Payment - For the work included in Bid Schedules A and B, payment for pavement markings and raised pavement markers shall be considered as included in the unit price bid for the construction of Type II Slurry Seal, and no additional compensation will be made therefore. For the work included in Bid Schedule C, payment for pavement markings and raised pavement markers shall be considered as included in the price paid for "Traffic Striping, Signage, and Markings," and no additional compensation will be allowed therefore. 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO.01-23 CONSTRUCTION DETAILS 12/19/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 10 ! • For the work included in Bid Schedule D, payment for pavement markings and raised pavement markers shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-6 TRAFFIC SIGNS 10-6.2 Installation of 'traffic Signs . The Contractor shall be responsible for the installation of new Type R26 "No Parking' signs at locations specified on the plans . At each location the Contractor shall install a new sign, post and sleeve, as directed by the Engineer. The Contractor shall install 30-inch long, 2- inch by 2-inch Telespar sleeves for each sign with a metal post . For the work included in Bid Schedule C, payment for installing new traffic signs shall be considered as included in the contract lump sum price for "Traffic Striping, Signage, and Markings," and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in installing new traffic signs, complete in place, including installation of new Telespar sleeves, metal posts and providing and installing the signs in their new locations as shown on the plans . EN® OF SECTION 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO,01-23 CONSTRUCTION DETAILS 12119101 SPECIAL PROVISIONS - SECTION 10 - PAGE 11 0 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT FART III - APPENDIX 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO. 0 1-23 LISTING OF STREETS - (SECTIONS 23 AND 24) STREET MAPS - (SECTIONS 23 AND 24) C.P.S. STANDARD DRAWING No. 625 CAL TRANS STANDARD PLAN No. A20A CAL TRANS STANDARD PLAN No. A20B CAL TRANS STANDARD PLAN No. A20D CAL TRANS STANDARD PLAN No. A24A INDIAN CANYON DRIVE STRIPING PLAN FROM RACQUET CLUB ROAD TO SIMMS ROAD 2001-02 ANNUAL SLURRY SEAL CITY PROJECT NO, 01-23 CONTENTS 12/19/01 PART III ND QUMMTY POVdr-S$ POU w41b1D6. GLE (D1 D-HT OCIC ) m d - -a------ m -�mE9 .® peDCmma ulau;a (619 O aASMPM7) a. o.-•-,�-�,�,�.Q,�....,® a a C p C CPtlI[1© L " O B CAMIMIPn 6.cw. �� a p Cclatt.^,10 a Imo! G M1M0 P®O kJ CEI A s O u lnuee.vT®vno9 m�V - (`\ � C PP ATE pov CTNL i _ �, YBHOviP2 60EGt EI4QNFEL 1� L0.L W ESOVIYE A('C-•^•' V 1029 UT f � C• 1 Gfi IPI mV cRP �p b. a p �CTOPQ on r GVIEPW16�CuTi OF. - eaOefOmrNO PO 0 > p FZ7F `mod cu Pe ¢GPMdO� Eq F C a li pP R @LLPiCC$ IA6 ewo. oiex u O;JVC�WAT L M - 6 CL::it2 C�6a2F9 C.CiEu1}7PT! ®Cw6P$;� 1 CITY PROJECT-01-23 -ANNUAL SLURRY SEAL PROJECT SECTION 23 STREET LISTING SEGMENT ID DESCRIP T ION FGT®EVI _ TO FTC 2344015 k MESQUITE AVE SUNRISE WY CALLE PALO FIER 64,454 2344020 CALLS ENCILIA CAMINO PAROCEL.A RAMON RD 19,773 2344045 SUNNY DUNES RD CALLE PALO FIER PALM CANYON DR 41,913 2344050 SUNNY DUNES RD SUNRISE VVY CALLE PALO FIER 141,660 2344055 SAN LUCAS RD CAMINO REAL SUNRISE WY 99,612 2344060 RIVERSIDE PL N END NORTH RIVERSIDE 10,422 2344065 INDUSTRIAL PL SUNNY DUNES RD CALLE PALO FIER 21,951 2344070 NORTH RIVERSIDE DR CAMINO REAL SUNNY DUNES RD 62,091 2344075 NORTH RIVERSIDE DR SUNRISE WY CAMINO REAL 95,400 2344080 HERMOSA DR SAN LUCAS RD SUNNY DUNES RD 8,136 2344085 HERMOSA DR NORTH RIVERSIDE SAN LUCAS RD 6,813 2344090 HERMOSA DR SAN LUCAS RD NORTH RIVERSIDE 6,813 2344095 CAMINO REAL SUNNY DUNES RD NORTH RIVERSIDE 21,123 2344100 CAMINO REAL RAMON RD SUNNY DUNES RD 59,877 2344110 THORNHILL RD RAMON RD SUNNY DUNES RD 40,869 2344155 CAMINO REAL MESQUITE_AV SOUTH RIVERSIDE 23,418 2344160 CAMINO REAL CALLE PALO FIER MESQUITE AV 44,190 2344170 BILTMORE PL E END CAMINO REAL 10,458 2344175 VIA SALIDA E PALM CANYON D SONORA RD 46,350 2344190 RAMON RD SUNRISE WY INDIAN CANYON D 341,406 2344195 SONORA RD CALLE MARCUS SUNRISE WY 7,299 2344200 SONORA RD CALLE ROLPH CALLE MARCUS 7,065 2344205 SONORA RD SAGEBRUSH RD CALLE ROLPH 7,425 2344210 PALM TREE DR SAGEBRUSH RD SAGEBRUSH RD 30,465 2344215 AVENIDA OLANCHA CALLE ROLPH SAGEBRUSH RD 5,526 2344220 AVENIDA OLANCHA CALLE MARCUS CALLE ROLPH 5,328 2344225 AVENIDA OLANCHA SUNRISE VVY CALLE MARCUS 5,472 2344230 DEEP WELL DR DEEP WELL RD E PALM CANYON D 40,104 2344235 DEEP WELL DR SAGEBRUSH RD DEEP WELL RD 43,677 2344240 OCOTILLO AV CALLE MARCUS SUNRISE VVY 8 181 2344245 OCOTILLO AV CALLE ROLPH CALLE MARCUS 7,884 2344250 OCOTILLO AV SAGEBRUSH RD CALLE ROLPH 6,291 2344255 OCOTILLO AV PASEO DE MARCIA SAGEBRUSH RD 5,823 2344260 OCOTILLO AV CALLE DE MARIA PASEO DE MARCIA 5,877 2344265 OCOTILLO AV DRIFTWOOD DR CALLE DE MARIA 5,652 2344270 OCOTILLO AV MANZANITA AV DRIFTWOOD DR 5,625 2344275 OCOTILLO AV W END MANZANITA AV 3,204 2344280 CACTUS DR W END MANZANITA AV 19,170 2344285 PALOMINO RD DEEP WELL RD MANZANITA AV 22,122 2344290 PINTO RD PALOMINO RD DEEP WELL RD 8,172 2344295 SUN TAN LN E END DEEP WELL RD 13,797 2344300 MANZANITA AV MESQUITE AV DEEP WELL RD 45,621 2344305 DRIFTWOOD DR DEEP WELL RD MESQUITE AV 45,477 2344310 CALLE DE MARIA MESQUITE AV DEEP WELL RD 45,648 2344315 PASEO DE MARCIA DEEP WELL RD MESQUITE AV 45,549 2344320 SAGEBRUSH RD E PALM CANYON D MESQUITE AV 69,669 2344325 CALLE ROLPH MESQUITE AV E PALM CANYON D 95,841 2344440 CALLE MARCUS E PALM CANYON D MESQUITE AV 96,021 2344445 GRENFALL RD SUNNY DUNES�RD RAMON RD 41,976 2344450 WARM SANDS DR RAMON RDI SUNNY DUNES RD 56,457 2344455 CAMINO PAROCELA WARM SANDS DR GRENFALL RD 9,171 2344460 CAMINO PAROCELA CAMINO REAL WARM SANDS DR 23,265 2344465 CAMINO PAROCELA CALLE PALO FIER CAMINO REAL 26,235 2344470 CAMINO PAROCELA PALM CANYONI DR CALLE PALO FIER 47,016 2344475 CALLE AJO CAMINO PAROCELA RAMON RD 19,872 2344480 CALLE CHIA CALLE ROCA CAMINO PAROCELA 6,948 2344485 CALLE ROCA CALLE PALO FIER CALLE CHIA 20,412 2344490 CALLE SANTA ROSA RAMON RD, CAMINO PAROCELA 19,620 2344500 CALLE PALO FIERRO CAMINO PAROCELA RAMON RD 19,584 2344505 CALLE PALO FIERRO SUNNY DUNES'RD CAMINO PAROCELA 18,990 2344515 INDIAN TR CAMINO PAROCELA SUNNY DUNES RD 23,040 2344520 INDIAN TR RAMON RR CAMINO PAROCELA 22,671 2344525 VISTA ORO CAMINO PAROCELA RAMON RD 19,683 2344530 VISTA ORO SUNNY DUNES,RD CAMINO PAROCELA 19,935 2344535 WARM SANDS PL WARM SANDS'DR SUNNY DUNES RD 21,843 2344540 PAROCELA PL CAMINO PAROCELA WARM SANDS DR 19,179 2344545 CALLE PALO FIERRO E PALM CANYON D MESQUITE AV 99,315 TOTAL SQ. FT. = 2,409,926 * Note: Contractor shall protect existing laneline striping and reflectorized raised pavement markers in place and limit construction of Type II Slurry to between the existing cross-gutter and the lane line striping. 9mPq - - 0 QUANTITY WFS amwcu-r) s�ceaaa e��m Te 0. r � rwEEt�s psly Se r ME T Y Pa a QUI F COUNTRY x w w CLUB AVNWY IF4i� ' :� y_ ."... :e.•nifvn'ii.i.�vvHsi��/vi�ii:v/i��.. ....................:... •.i>.:r..:v.aiil.r::..:!.::"G!i�.f.:i":py{.i:::A�iifi'i':i:4i.i;d:;::.4:;:^:i:�iy::�: ':.i: . .:::�:::i:.;..:::�,':i��: f3 r S Id` A C� v U ti 6 S � I I C vY u 5R �� s I�t•�• �� I'7Sd4 •' Imo,.—AVE, � .. . ...... Itl w _ ��l�' "'�'�"°� a IRCNILD'5 GOLF ` � s o u R...••_. •� '.':RECREATION CENTER t7 r Un¢ Ct]GC8 39 i� � C Lw N G CQ . ' C �O Lroe w 6:DL6V pR'S xo 0 61 l G u/ A N p B� — U ( / _— (J e 6e PiLVLiQ OG43 C00. _ 4':S�'LY CA.B.WE _ 1 , G�43 66iGEb' DR. y' =� C/.aOBIVGf py' _W�i4 � r oMBp4 �i 1f.66D CJNI ^ya � � VCRG BHUd UPD �_ p' ft�CdCG G:ddd444 � JJ {vb c�e:�4L � &0[v4dR8n t9t7 N e lua '.0, cn g yTry^y�, q IV E�Y 0[L: Cs IIItlU S Ct35v PCJYM 4:Avvj04d O"q jc ti;rca6R Q PRO • CITY PROJECT-01-23 -ANNUAL SLURRY SEAL PROJECT SECT ON 24 STREET LISTING SEGMENT ID D7scRjF f oN FROM TO FT' 22144010_ E-L C1E9_O RD- - SUNNY DUNES RD RAMOiJ R® 77,103 2444015 EL CIELO RD SONORA RD SUNNY DUNES RD 85,212 2444020 EL CIELO RD ESCOSA DR SONORA RD 76,860 2444025 MESQUITE AV CERRITOS RD SUNRISE WY 103,680 2444030 MESQUI T E AV FARRELL DR CERRITOS RD 75,690 2444035 MESQUITE AV COMPADRE RD FARRELL DR 44,460 2444050 COMPADRE RD SUNNY DUNES RD RAMON RD 48,150 2444055 SUNNY DUNES RD EL CIELO RD COMPADRE RD 46,458 2444060 CANON DR THERESA DR SUNNY DUNES RD 33,012 2444065 THERESA DR COMPADRE RD CANON DR 34,245 2444070 ROyX.BURY DR THERESA DR SUNNY DUNES RD 31,248 2444075 BEDFORD DR SUNNY DUNES RD THERESA DR 31,050 2444080 BEVERLY DR THERESA DR SUNNY DUNES RD 31,122 2444085 CAMINO PAROCELA EL CIELO RD CANON DR 8,190 2444090 CAMBRIDGE CT EL CIELO RD EL CIELO RD 31,104 2444095 SONORA RD FARRELL DR EL CIELO RD 93,420 2444100 SONORA RD CERRITOS RD FARRELL DR 46,044 2444105 SONORA RD SUNRISE WY CERRITOS RD 46,620 2444110 CERRITOS RD E PALM CANYON D MESQUITE AV 94,860 2444120 MARK LESLIE DR W END ANDEE DR 6,372 2444125 RENEE CR W END ANDEE DR 5,877 2444130 AVERY DR W END ANDEE DR 6,669 2444135 CONCI-IITA WY W END LA REINA VVY 15,615 2444140 AMARILLO VVY VV END LA REINA WY 15,615 2444145 SANTA YNPE7 WY WEND FARRELL DR 15,40808 2444150 EL CHORRO WY W END FARRELL DR 15,408 2444155 LA. REINA WY E PALM CANYON D SONORA RD 40,716 2444160 E PALM CYN DR FRONT, CERRITOS RD LA REINA WY 19,827 2444165 E PALM CYN DR FRONT. ANDEE DR CERRITOS RD '13,563 2444170 E PALM CYN DR FRONT. 294'W ANDEE DR ANDEE DR 8,820 2444175 SAN MATEO CR W END FARRELL DR 8,712 2444180 SAN MATEO DR SONORA RD FARRELL DR 26,037 2444185 SAN MATEO DR S END SONORA RD 24,687 2444190 SAN JOAQUIN DR SONORA RD FARRELL DR 36,702 2444195 SAN JOAQUIN DR S END SONORA RD 24,687 2444200 COMPADRE RD MESQUITE AV SONORA RD 49,428 2444205 ALTA LOMA DR BEVERLY DR COMPADRE RD 20,880 2444210 BEVERLY DR SONORA RD ALTA LOMA DR 24,516 2444215 BEVERLY DR ESC013A DR SONORA RD 45,756 2444220 ANZUELO CR VV END EL CIELO RD 14,814 2444225 CAJON CR W END EL CIELO RD 14,814 2444230 SAN MARTIN CR W END EL CIELO RD 14,814 2444240 LOS POSAS W END BEVERLY DR 16,200 2444245 ORELLA CR W END BEVERLY DR 16,200 2444250 VERA CRUZ RD LA BREA RD BEVERLY DR 17,685 2444253 LOMA VISTA CR W END EL CIELO RD 14,814 2444255 LA BREA RD GUADALUPE RD VERA CRUZ RD 13,383 2444260 GUADALUPE RD BEVERLY DR LA BREA RD 17,685 2444265 INCA CR S END VERA CRUZ RD 6,597 2444270 AVERY DR COMPADRE RD BEVERLY DR 28,359 2444276 COMPADRE RD SONORA RD AVERY DR 32,022 2444280 GOLONDRINA WY W END CAMPADRE RD 15,039 2444285 ALONDRA WY W END COMPADRE RD 14,976 2444290 CAKNO PAROCELA CERRITOS RD SUNRISE WY 46,395 2444295 CERRITOS RD RAMON RD CAMINO PAROCELA 22,968 2444300 SUNRISE WY FRONT. RAMON RD FRONTA CAMINO PAROCELA 12,636 2444305 RAMON RD FRONTAGE CERRITOS RD SUNRISE WY FRON 32,715 TOTAL SQ. FT. = 1,815,939 Ell Lcruw �,�- iAkil STOP BAR TO BE LOCATE® i �.� N THE MIDDLE OF TRANS r.. NEAREST THE B.C. iA I HAMMAPPED RAMP CL OF ROADWAY I� 4° No M ALA STEWILS MON—RM,4PED TO RE CAL. TRAEIS 6mE¢TRIO. �TEMI TYPE CL OF ROADWAY 8d03AMT A,RROIINS TYPE 6 'FACE ®f CURB T.uF�vzo eo�,Rflws rvpE sa PROP ARROWS TYPE VI � SEC ATTA3UMED UST 70h Al�tOiS'BOF�aI.. SPEQFICAT6OMS. DETALS ®Uy City oZ J ethan Spring z q m - b nti. Traffic Engineering Div. a��AF APPROVE® 1-P.3�es�,..,.�-- -a C�R LEVM TRA,MC.EMGlN=, CBN� OF PALM SPmwow n E€Yr DATE;6P' ®�PAR�° 6 S3 8 O� COS, M UN 97Y DEVEL®G�6bd A9T i �" '• �k ?.��5 V9 "!`dAFU'M LEGEND LIONETAL DRAWN R.B..9. STA NOAROS CHFCKE© sr: MI.. Uwr, No. 625 CENTERLINES 1 11 ITTWIr_ (2 LANE HIGHWAYS) vie, -wa w Top oo. `T R- FFDETAJL I LANELINES9 .,R 1141 515 m 2r1 n (MULTILANE HIGHWAYS) ILL '"asY�DETAIL 8 NO PASSING ZONES-ONE DIRECTIONoELq6qfem 519 Fl 211 n , F219 5.1A m 21q m 5.16 m 211n em. 5.10 m 2J��2.59 n - �i5 _� -® c3C� o DETAIL 15` DETAIL 4 DETAIL 9 461 19.Ssm 1 19.64 SJ9 mL59 214 m m m .9 _ 2.99 m_q ^T �[259 n_ 12.59 115[.2z 0!,@ F 1.22 n�q �i, -© O O fil- DETAIL 16i- � 9 m DETAIL 5 DD32 DETAIL 10 132 dTso CAI i,F6 m 10.98 m 3.fir 5�1 19.69 m .6 Ca A<R 2.99 2q.or i.32 m _TA E 0 0 0 0 0 0mm. DETAIL 17 DETAIL 6 -d I�Lzz m �, 0 & 0 0 0 0©0 0 0 0 ET 14 61 C= 66 3.66¢ 3. m ® ® © DETAIL I I ��® 1096 m rs _� 3f 6s m5 lo.9e m 3.66 m DETAIL I8 ®-[ ETD DETAIL 7 O - - T 0:U 41 `r5 W G- 549 m 3.66 n 5,q9 m ®_ 0, 0000 ® DETAIL 12 DETAIL 19 ° ' 1.22 m.-a I-- Iq.Fa m E T c� 5.99m 366 59 m 0, 1.32m @ r32m @7-SD ❑ 11.69 m -� c MARnER DETAILS 7 549n 54 NAPAEN$ _r5 LEGEND _ DETAIL 13 DETAIL 20 0 ®®8 1-zD ©& p 0 ®© @ 0 0 0 0® ©T 31664m 122 m1 L O TYPE A nnrro New-rermmvo L5-9s3T © 0000 @ NO PASSING ZONES-TWO DIRECTIONS C.�9 ® TYPE AT YaPoRed -ol, Non-rslleCtiva O I C d>5 �•® TYPE C Pe0-olaar Peiraraflecilve � '- - Retroreflectivo Poce DETAIL 21 E9 TYPE D Two-way Yellow Retroraflecrrve DETAIL 14 T E9 irpE 6 ane-wa>char geirare;lectne TYPE A F, TYPE AY 43.92 m T 3z m - 19.59 m F .6 �1 IT TTPE N Dno-voy Yollow Pat...atlactive � �'66 n''' 8 r`-D m doo1 o00o m 0000 Is DETAIL 22 `T� LINES Lp+9A-IDs-I'Dsq�� 99 �I05 z �a .J 1�1.zz m 1DD mm Wnite ID-13�- p_1 � m ', 75 DETAIL 19 r32 m +.3z m Es. ,Do mm Ye11,11 '. yY yam{.I� _EO_ Lzz m- f15 DETAIL 23��. mrectte„at rra.el I�I� e� � _¢ $r.TE Or CAL:ECP. TYPE C L TYPE G a �,�9z m D.o I:m s.s2 o.o Nm 9.sz /90 m oEPu6r>JENT of rR.rvs6cETAnDN NOTE TYPE D TYPE H, L� PAVEMIIIUMV Uii llEp2 .1.1 3 amemo DErA1L 13 TYPN L DETAGLI2 NO SCALE ALL DI'IENSIONS ARE IN 'TILL I HETER$UNLESS OTHERiII SE SNOEM LEFT EDGELINES er co,- W r "ra 'Y`E` (DMdad HiDn�ays) MEDIAN ISLANDS f sf`p -4�e,.�. E� DETAIL 24 `- - =�- Asa _ - - his DETa1L 31 TSdO 4JAY LEFT TURN LAIv 5 9s9 N DETAIL 28 _ i u yr -���-Eeye of.raga ee�.,ar 0.62 rr - ,,-- � y SC 09p 366 ep DETAIL 25d t0_i . 0 `E3pe t t avd,yl warp-e-3 .�- '^`_—s q L3 3 6 m LSO T 29.z6 i5 Ti2m i32 ^�50 DETAIL 32 i3zm T 2 q" 32 r6a DETAIL 25A 74e 16m ® ©�ry DETAIL 29 p^62 kf 1 49 356 � T]zm�T32 m So p90 3 6 J aso 3 s sa,�� Ee\ Qe o. .ra,Blaa voY E 'f> J- -� x q! ® 99 `L-7 E� 7 -sow DETAIL 26 �Eape a+ r.... .,tar 1 �_.[50 1 2928 m �— DETAIL 33 z9 z¢m w.6nm d asp szm i.32 mom. C� Tsvm i3zn r3z is r, T32m r �,. --=�— �Ti � Cif®€!L�ED�GO®DO9� � d '-1.22m 54 J66 rk 64nm� i99m 366 r. S.d9n DETAIL 27 >PT ° DETAIL 301U,®®mJ � ©©© Ed ®90 ©�2d L0 uL,, n Nr0lmur © Eage / r a r�LSp ®fi Pi e7 r'3®®r3�Er3©B{� �� 29.zp n is INTERSECTION TREA T A4ENT5 RIGHT EDGELINE DETAIL 3a 366 s 5.6c e ,3z „ r i fv7AFdnER DETAILS ri—z 9� `" 1a --3--s -=c DETAIL 278 - TT> T� _iJ da la fiy d ��4 T' Ea�i L6 di-� DETAIL 34A n Miler,_ RIGHT EDGELINE EXTENSION THROUGH �Do Ts� 4 ao rnmprr pee ,�36 --� INTERSECTIONS Retroreflocrwe Face DETAIL 35 gl Ta u r -----------TYPE AY ,tea ELIJ;M-4 _z�s�r is i32 E .sa DETAIL 27C = 0 se-I 6 z p�ss-Ips y y "-"- -©q a� © _ © - © 3.E6 �j p L °c E © © ®� s`T 199 �I� 6.:lD 30m Mnmu 32 0� 53 A.e5p mb65n -ii LEGEND /r"% `/z">' DETAIL 35A per. '"'� 0 En"rm°n NARNER6 0 TYPE 0 Two-way ay Yellow Re+roreflective 7 TS _ © MOM ® ® gol - ®TYPE Ay Yellow Non rerlecflve 90 m g n mun PJf STATE®TYPE x pne-,ay Yellow Ra:rareFlective TYPE D TYPE IT TENT OF TRANANEF OEpRP.iRENT OF TflANSFCaie TUB LINES pry V[SUEN a �.AP ERR D 100 him White M TRAMIG MHEa NOTE T FICAL DFTAtILS Ip9 him MeowDe4ll an deleted NO SCALE FP Olrectlon ai Trav& ALL )IFEASwrls ARE Ix HI LL INETER5 UNLESS OTHEflar SE SKaN A?©'s DETAIL 38 zoo mm nnl+a Lmo m u sa ro LEGEND L T.32 m 732 m—� INFr.EHS TF .PO iYo+£Ic Q TYPE A YfFlie NOn-reilBCYlva Jr✓'¢I Ye+c'Ia,rtP 'h\��:cs�a��\a/l) DETAIL 3BA zco mm r.ne6 u,ro m TYPE s on=-pay clear 2a+roreascima .'o'-..,¢��a �,,, 'tee`%.•e' Drectloo o4 Travel Ro+rore*leetiva Pmamenr mtraratlae[Iva Pwamen. DETAIL 38B marker a+aovnstroam marrce-a+canner zoo..m Ivmta uno50 end -Iss one 04 o£ recasa� d—w.3 re . `ue-15.9 m m o� MARKER DETAILS as-105 SECYIQN B-S P SECTION n-A T.3z r b--- m---d�—z.]z m---d E�=E d DETAIL 3BC LS-9.5 i IO-19� Ratrareflae+lv9 Oavamant PaYreroflacmlve pavamenY y marker at daanst'.. m0.kar at eltl G. find a4 rate 36 ern-d at rpe¢S� GVS88S ® 888888 I_ — I a L� J B e _'�I I 60a Afln Oo uInl 00 uln I 1.22 m I 600600 1AM tb uln 131.8[ i.2 iii'�-� TYPE A m TYPE G PLAN PLAN CHANNELIZING LINE One-W yTraRflo i,o-xaY rra4£,6 pry n zl Ra£roraflactne Faao RECESS DETAIL FOR DETAIL 39 �ISD ms anrca uno RETROREFLECTIVE PAVEMENT MARKER BIKE LANE LINE -e IK-Izi RECESSED MARKER NOTES �— 1. soe tycra.J tro4flc Ilno DETAIL 39A Lm-u ® aal� dai" far munerace::eanfi I.---�-60 ----_,` �Yari- eCilan p6vamry,i m rkeri Oetall 14 Retrorpflac+rve Fam Mlres a rl, 2 recess. y z.Th9 ro,rorefl¢c, e 150 mm phlie Llna pavement N kar¢ 2.+9 m 1.22 m fat IaGeSSed ISt afl.o d f., era no u t to Oe a fer INTERSECTION LINE non-rococwa m¢iouonpn¢. BIKE LANE TYPE sD TYPE C & TYPED TYPE G u TYPE PE N Soo Nofaa I and Z. DETAIL 40 DETAIL 40A RETP,OREFLECTIVE PAVEMENT MARKER Dao my Lacey y vr-Lzz m FOR RECESSED INSTALLATION ❑ C7 C7 C7 00q oao 00 I00 mm vhlta Llne Type A Non-Railactive STATE OF U VOR. DEPARTMEWT OF TR06PC TATIGP LANE LINE EXTENSIONS ���� ��,�. ���� � THROUGH INTERSECTIONS AND TRAFr6C L NES TYPaGAL DETAILS NO SCALE KU 0114_usICs&K I11 R G!5!d MI LLIWTENS oELE55 OTXERYI SE SYAin A W I . " `1.07 m� �IOY m� �IAi m� I.iO m� z.i5 m •3 Rj ©P:tc 0 air�L vlru � 4E. Julv1. 1999 e so scum mv.crnou sue. E E +eRE we-mv.� 2 300 m GRIO / 1 j d=Li0 m� ! TYPE (3.05 m)ARROW a Roo j I � 300 mm GR10I 300� I LOW m .{ 'A�=33A ,2 V j y3 300 Ga TYPE VIII ARROW mm lo IIoo� sp0 - 4 A=1.32 n' 300 mm GRID TYPE I(5AIR RD)ARROW zv �zzlm .I a \ e 3Ro I � I � 300 mm CRIO A m2 30o TYPE VI ARR04Y A-2.6G m� RIGHT LANE DROP ARROW TYPE )(7.32 ml ARROW 300 mm GRID (FOR LEFT LANE, �{soor j A=1.39 m2 USE MIRROR IMAGE) TYPE IV (L)ARROW (FOR TYPE INCH)ARROW, 0.53 m�1 USE MIRROR IMAGE) A=3.06 m� e TYPE V ARROW NOTE MINOR VARIATIONS IN DIMENSIONS SATE OF CALIFORNIA MAY BE ACCEPTED By THE ENGINEER SER'iMENi OF TRArvSPOPinTION 0o mm GRID — ISO mm GRID I I m2 ^=a V 6G m2 TYPE I (LI ARROW APPONYS BIKE LANE ARROW )FOR TYPE vu IRI A=Pow, NO SCALE USE MIRROR IMAGE) ALL G BEN5IGN5 AERWI SE RE IN e n MILLIMETERS UNLESS GIN SHpNN R��p Cl�,ent# : 61901 BONDBLACK AC:ORDr. CERTIFICAO OF LIABILITY INSUF ICE ozji /02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Construction Unit ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ABD Insurance & Financial Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 305 Walnut Street Redwood City, CA 94063 INSURERS AFFORDING COVE �GTEI� E INSURED ---ac --- — INSURER A: Pennsylvania General A s56 or�ss te, Bond Blacktop, Inc L[NsuRERB Fireman' s Fund Insurance P.O. Box 616 INSURERC. State Compensation Insurance Fund 1 147 Atlantic Street INSURERD Union City, CA 94587 INSURER B 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. IN SR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTfl DATE MM/DD/YY DATE MM/DD/YY A I GENERAL LIABILITY CPP1250163 05/06/01 05/06/02 EACH OCCURRENCE $1 , 000 , 000 L" ICOMMERCIAL GENERAL.L�IABILITY FIRE DAMAGE(Any one fire) _ $3 0 0, 0 0 0 I CLAIMS MADE LX1 OCCUR MED EXP(Any one person) $5, 000 PERSONAL&ADV INJURY �$1, 000 , 000 GENERAL AGGREGATE $2, 000,000 GEN'L AGGREGATE LIM ITAPPLIES PER. LPRODUCTS -COMPICPAGG $2 _0000000 —.— POLICY X PRO- LOG JECT A AUTOMOBILE LIABILITY 3A034949900 05/06/01 05/06/02 COMBINED SINGLE LIMIT 1 X ANY AUTO (Ea accident) $ 000 , 000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY S X NON-OWNED AUTOS (Peraccidenl) — PROPERTY DAMAGE $ (Peraccidenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT § ANV AUTO OTHER THAN - -- EA ACC $— —�--- AUTOONLV AGG $ B EXCESS LIABILITY XEK84611037 05/06/01 05/06/02 EACH OCCURRENCE_ _$3 , 000, 000 X OCCUR CLAIMS MADE AGGREGATE $3 000 , 000 _ DEDUCTIBLE $ _ RETENTION $ _ _ $ C WORKERS COMPENSATION AND 15 7110 713 01 10/01/01 10/01/02 1X 'W Tsc ATU-I iOTH- TORV LIMITS CR_— EMPLOYERS'LIABILITY E L EACH ACCIDENT $1, 000, 000 E.L.DISEASE-EA EMPLOYEE $1 , 000 , 000 El DISEASE-POLICY LIMIT $1, 0 0 o , 0 0 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The City of Palm Springs is named as Additional Insured per the attached separate endorsement . Re : Annual Slurry Seal , City Project No. 01-23 CERTIFICATE HOLDER AD DITIONAL INSURED;INSURER LETTER: CANCELLATION Ten Day Notice for Non-PaPmpr SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL3_0_ DAYSWRITTEN Department of Procurement NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHELEFT,BUTFAILURE TODOSOSHALL 8i Contracting IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITS AGENTS OR 3200 Tahquitz Canyon Way REPRESENTATIVES. Palm Springs, CA 92262 A701 REPRESENTATIVE ACORD25-S(7197)1 of 2 #S367630/M337340 BOND13LACK JJW 0 ACORD CORPORATION 1988