Loading...
HomeMy WebLinkAbout04368 - EL YEAGER CROSSLEY TRACT IMPR CP00-31 DOC a 2003-569777 07/30/2003 08:00R Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder When Recorded Mail Document To: I llllll llllll llllll�lllf IIII I�III�IIIII III 1111411111 1III III III City of Palm Springs I I I I Post Office Box 2743 - E -- - M S U PAGE SIZE DA —PCOR-- �uocorc .�. - .,.. Palm Springs, CA 92262 Attention: City Clerk (, R COPY LONG REFUND NCHG E%AM APN: 681-282-009 (EXCEMPT FROM RECORDING FEE PER GOV. CODE§27383) i�- PARTIAL RELEASE OF LIEN AND NOTICE OF PAYMENT ` y'I FOR COST OF OFF-SITE IMPROVEMENTS AM __. WHEREAS, notice is hereby given that according to the terms and provisions contained in the document entitled "Notice of Obligation to Reimburse Cost of Off-Site Improvements" recorded November 5, 2001, as Instrument No. 2001-547940 of Official Records by and between Tabor- Loggins Associates, a California General Partnership, and the City of Palm Springs, California, a Municipal Corporation and Charter City; associated costs have been fully paid and satisfied for 2039 Marguerite Street, Palm Springs, CA 92264, Lot 26 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. WHEREAS, this was a part of a total street improvement project completed with Community Development Block Grant Funds adjacent to the above property. THEREFORE, this Release of Lien for Cost o�f(Off-Site Improvements is executed at Palm Springs, California, and made effective this f t(i ay of`Z:S ,. 11 12003. Approved as to form: CITY OF PALM SPRINGS City rney City Manager EST: �y ? City Clerk STATE OF CALIFORNIA ) )SS. COUNTY OF RIVERSIDE ) On IQ before me, .! c,�i, � i�: " ,�,s �j' Notary Public, personally appeared DAVID H. READY and PATRICIA SANDERS, personally known to me to be the persons subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. JUDITH A,NICI-IOLS ry, COMM.#1261786 ".r, �_ +. +" , •_.� ��t�-" �y L, Notary f'U➢alic•CaliOornia Notary Public �1 RIVERSIDE COUNTY � ' My COMM.Exp.May 21,2004 DOC a 20OZ—SBS77S 07/30/2003 08;00R Fee;NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso County When Recorded Mail Document To: I IIIIII IIIIII IIIIII Illllllll IIIII IIIIII III IIIII IIII IIII City of Palm Springs Post Office Box 2743 M S7 N 11 PAGE SIZE -GA-[ Palm Springs, CA 92262 Attention: City Clerk tAR L COPY LGNG REFUNV NCHG EXPM APN: 681-282-008 (EXCEMPT FROM RECORDING FEE PER GOV. CODE§273ti3 _ ' fril PARTIAL RELEASE OF LIEN AND NOTICE OF PAYMENT p FOR COST OF OFF-SITE IMPROVEMENTS '---A� iiii WHEREAS, notice is hereby given that according to the terms and provisions contained in the document entitled "Notice of Obligation to Reimburse Cost of Off-Site Improvements" recorded November 5, 2001, as Instrument No. 2001-547940 of Official Records by and between Tabor- Loggins Associates, a California General Partnership, and the City of Palm Springs, California, a Municipal Corporation and Charter City; associated costs have been fully paid and satisfied for 2071 Marguerite Street, Palm Springs, CA 92264, Lot 27 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. WHEREAS, this was a part of a total street improvement project completed with Community Development Block Grant Funds adjacent to the above property. THEREFORE, this Release of Lien for Cost of Off-Site Improvements is executed at Palm Springs, California, and made effective this I�day o - �, 2003. Approved as to form: CITY OF PALM SPRINGS by-L�'/i Cit ney City Managert� 2EST�, City Clerk STATE OF CALIFORNIA ) ss. COUNTY OF RIVERSIDE ) P ; Notary On ='1 ti. s°ii > before me, f I-d�`4 I',: ';� , '�* t ',•�� r , _ Public, personally appeared DAVID H. READY and PATRICIA SANDERS, personally known to me to be the persons subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. COMM.V-1261706 ,. PJoGPyPuFMieC:,Ilfori4C Notary Public a `�v- RIVERSIDE couNry � My Comm.Exp.May 21,2004 OOC a 2003—SB977S 07/30/2003 08:OOA Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder When Recorded Mail Document To: III III IIIIIIIIIIII IIIIIIIIIIIIII IIIIIIII II III City of Palm Springs Post Office Box 2743 M S U PAGE SIZE DA PCOR NGCOR SMF IMISC Palm Springs, CA 92262 Attention: City Clerk / A R L COPY LONG REFUND NLHG E%AM APN: 681-282-007 (EXCEMPT FROM RECORDING FEE PER GW CODE§27383) v- PARTIAL RELEASE OF LIEN AND NOTICE OF PAYMENT FOR COST OF OFF-SITE IMPROVEMENTS „ WHEREAS, notice is hereby given that according to the terms and provisions contained in the document entitled "Notice of Obligation to Reimburse Cost of Off-Site Improvements" recorded November 5, 2001, as Instrument No. 2001-547940 of Official Records by and between Tabor- Loggins Associates, a California General Partnership, and the City of Palm Springs, California, a Municipal Corporation and Charter City; associated costs have been fully paid and satisfied for 2107 Marguerite Street, Palm Springs, CA 92264, Lot 26 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. WHEREAS, this was a part of a total street improvement project completed with Community Development Block Grant Funds adjacent to the above property. THEREFORE, this Release of Lien for Cost of Off-Site Improvements is executed at Palm Springs, California, and made effective this day of J` 2003. Approved as to form: CITY OF PALM SPRINGS City ey City Manager EST: City Clerk STATE OF CALIFORNIA ) SS. COUNTY OF RIVERSIDE ) On before me, ,._,a , �F ��c . ^1 �i kn <. I`� Notary Public, personally appeared DAVID H. READY and PATRICIA SANDERS, personally known to me to be the persons subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. J U D I T H A,NICHOLS + pp n r COMM.#1261786 rn Notary Public-Callfornia co Not ary Public RIVERSIDE COUNTY a, Comm.Exp.May 21,200 wP-r°ik^b,gY�r.Sc•^n,Su'.�-'?.. DOC a 2003-42GG17 06/11/2003 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk 8 Recorder When Recorded Mail Document To: I IIIIII IIIIII IIIII III City of Palm SpringsIIIIIIII IN IIIIII III IIIII IIII IIII o Post Office Box 2743 M U PAGE SIZE pA PCOR NOCOR SMF MISC 10 Palm Springs, CA 92262 Attention: City Clerk HA R L COPY LONG REFUND NLHG EXAM APN: 681-282-005 (EXCEMPT FROM RECORDM FEE PER GOV.CODE§ 27383) RELEASE OF LIEN AND NOTICE OF PAYMENT - FOR COST OF OFF-SITE IMPROVEMENTS WHEREAS, notice is hereby given that according to the terms and provisions contained in the document entitled "Notice of Obligation to Reimburse Cost of Off-Site Improvements' recorded November 5, 2001, as Instrument No. 2001-547940 of Official Records by and between Tabor- Loggins Associates, a California General Partnership, and the City of Palm Springs, California, a Municipal Corporation and Charter City; associated costs have been fully paid and satisfied for 2159 Marguerite Street, Palm Springs, CA 92264, Lot 24 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. WHEREAS, this was a part of a total street improvement project completed with Community Development Block Grant Funds adjacent to the above property. THEREFORE, this Release of Lien for Cost of Off-Site Improvements is executed at Palm n Springs, California, and made effective this .rC /i,day of `:; , Ft I� 12003. Approved as to form: CITY OF _�--�F PALM SPRING$ d-� ; — o C ttorney City Managers=` TTEST::E, aityClerF STATE OF CALIFORNIA ) S5. COUNTY OF RIVERSIDE ) . On fo -fa , 0_3 before me, ElaineiWedekind, Notary Public, personally appeared DAVID H. READY and PATRICIA SANDERS, personally known to me to be the persons subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITSS my hand and official seal. _ EWNE 1.WEDEKIND Commbakm 8 13WO15 C No W Pubfic•£afifomla Notary Public RNeakiecounly fyty Comm.UPW Feb 8.2I)D7 OOC a 2003-426616 06/11/2003 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder Ci y of Palm Springs Document To: I IIIIII 11111111111111 111111I III IIIII IIII IIII f Post Office Box 2743 M 5 U PAGE SIZE DA POOR NOCOR SMF MISC Palm Springs, CA 92262 vl Attention: City Clerk q g L COPY LONG REFUND NCHG EXAM APN: 681-282-006 (EXCEMPT FROM RECORDING FEE PER GOV. CODE§27383) (� RELEASE OF LIEN AND NOTICE OF PAYMENT FOR COST OF OFF-SITE IMPROVEMENTS MM '€ WHEREAS, notice is hereby given that according to the terms and provisions contained in the document entitled "Notice of Obligation to Reimburse Cost of Off-Site Improvements" recorded November 5, 2001, as Instrument No. 2001-547940 of Official Records by and between Tabor- Loggins Associates, a California General Partnership, and the City of Palm Springs, California, a Municipal Corporation and Charter City; associated costs have been fully paid and satisfied for 2135 Marguerite Street, Palm Springs, CA 92264, Lot 25 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. WHEREAS, this was a part of a total street improvement project completed with Community Development Block Grant Funds adjacent to the above property. THEREFORE, this Release of Lien for Cost of Off-Site Improvements is executed at Palm Springs, California, and made effective this /,/�—y"day of J ,v 2003. Approved as t form: CITY OF PALM SPRINGS `byi �={ i ey City Manage' EST: 4y�y�� "CY ity Clerk STATE OF CALIFORNIA ) SS. COUNTY OF RIVERSIDE ) L, On &, ../6 -C , before me, Elaine.Wedekind, Notary Public, personally appeared DAVID H. READY and PATRICIA SANDERS, personally known to me to be the persons subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. 6uuNel.weoeKlNo _ Commission#1399o1 s G1��Gt z� '� .-� bNC Notary Pu Collfomb Notary Public RWei1d'cOunty My Comm.SMplret Feb S,200 OOC N 2003-351326 ` !�i• �� 05/15/2003 08:00A Fee:11.00 ORA dG� COAST TITLE CO. 'T Page 1 of z ��`' � Recorded in Official Records N County of Riverside ; a Gary L. Orso Assessor, County Clerk G Recorder When Recorded Mail Document To: City of Palm Springs Post Office Box 2743 M 5 U 1111111PAGE I SIZE I OH I PCOR— N..R--1 smr I_ Mmc Palm Springs, CA 92262 :!tt Attention: City Clerk ({ fj JL tL... REFONp NLHG �E%AM APN: 681-282-004 (EXCEMPT FROM RECORDING FEE PER GOV. CODE 5 27383) RELEASE OF LIEN AND NOTICE OF PAYMENT LLJWFOR COST OF OFF-SITE IMPROVEMENTS WHEREAS, notice Is hereby given that according to the terms and provisions contained in the document entitled "Notice of Obligation to Reimburse Cost of Off-Site Improvements" recorded November 5, 2001, as Instrument No. 2001-547940 of Official Records by and between Tabor- Loggins Associates, a California General Partnership, and the City of Palm Springs, California, a 1' a� Municipal Corporation and Charter City; associated costs have been fully paid and satisfied for nj 2171 Marguerite Street, Palm Springs, CA 92264, Lot 23 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. WHEREAS, this was a part of a total street improvement project completed with Community Development Block Grant Funds adjacent to the above property. THEREFORE, this Release of Lien for Cost of Off-Site Improvements is executed at Palm Springs, California, and made effective this day of �7�, 2003. Approved as to form: CITY OF PALM SPRINGS - - by: �r� CI orney City Manager A l EST: 4Ci erk STATE OF CALIFORNIA) ) ss. COUNTY OF RIVERSIDE) On J? before me, Elaine Wedekind, Notary Public, personally appeared IYAVID H. READY and PATRICIA SANDERS, personally known to me to be the persons subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. L.WEDEKI; l� z_.t1✓ 1° C.c C<�. . commkwn S 1399015 � £my Notary Public Rveco - MyComm.upka Feb 8,20011 Under the provisions of Govenmlent Code 27361.7, I certify under penalty of perjury that the notary seal on the document to which this statement is attached reads as follows: Name of Notary: Commission County Where Bond is Filed: �. State Where Bond is Filed: L�cLC-, 12.L'A� Date Commission Expires: Date: Signature: F 7 I IIIIII IIIIII IIIII IIIIII IIII IIII�I IIII III IIII IIII I�iI RS,�15r2Cof 2 [1(iA Doc " 2002-0180g4 01/10/2002 08:00A Fee:NC Page 1 of 3 Recorded in Official Records PLEASE COMPLETE THIS INFORMATION County of Riverside RECORDING REQUESTED BY: Gary L. Orso Assessor, County Clerk G Recorder AND WHEN RECORDED MAIL TO: I IIIIII IIIIII(III(IIIIII IIII(IIII IIIIII III IIIII IIII IIII 0 M $ U PAGE SIZE OF PGOF NOOSEJSMFMISC r) amity ® palm Springs Office Qf theCity Cleric p B LOPY ONG REFUND E AM PO.Box 2743 SPACE ABOVE FOR RECORDER'S USE ONLY _Palm Spu��gs,California 92263-2743 &EI�'{� ) 17� Title of Document THISSAREA F/O RRIL R E, 0 R D E,1 v,W S-S U�� ONfL-Y THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) STC-SCSD 9%a(Rev 6/97) 1 4 ' RECORDING REQUESTED BY APED WREN RECORDED RETURN TO: CITY OF PALM SPRINGS P.O. Box 2743 Palm Springs, CA 92263-2743 Attu. City Clerk Space Above this Line Reserved for Use by Recorder This recording requested by City of Palm Springs is exempt from recording fees pursuant to Government Code § 27383 NOTICE OF OBLIGATION TO REIMBURSE COST OF OFF-SITE IMPROVEMENTS For the consideration performed by the City of Palm Springs including the construction of water, sewer and natural gas utility laterals installed to the following property: _ 1857 Marguerite Street, the legal description of which is attached hereto as Exhibit "A", as part of a total street improvement project to be completed with Community Development Block Grant funds adjacent to the above property; Desert Water Agency, a public agency, hereinafter "Owner", agrees to reimburse the City the amount of Three Thousand Three Hundred Twenty-Eight Dollars and Fifty Seven Cents ($3,328.57) (the "Reimbursement Lien") prior to issuance of a building permit for said property. The amount is due only when a request for building permit is made for said property. Owner hereby agrees and declares that said Reimbursement Lien for the listed property shall run with the land and shall be binding upon all persons having any right, title or interest in the property, or any part thereof, their heirs, successive owners and assigns and shall inure to the benefit of the City and their successors and assigns and successors-in-interest. hn the event of a failure to pay the Reimbursement Lien when due, then in addition to, but not in lieu of, any of the rights or remedies the City may have to enforce the provisions hereof, the City shall have the right to withhold or revoke, after giving written notice of said failure, any building permit, occupancy permits, certificates of occupancy and similar matters or approvals pertaining to the property or any part thereof. On August 17, 2001, the Owner was sent a "Notice of Necessity to Construct Off-Site Improvements," via certified U.S. mail, receipt of which is on file with the Department of Public Works and Engineering of the City of Palm Springs, wherein said Notice provided Owner with twenty (20) days to request a Hearing and to object to said Notice, and further, having not requested a Hearing in which to object to said Notice, theretofore accepted the obligation of said Notice, and thereby agrees to the recordation of this Notice of Obligation to Reimburse Cost of Off-Site Improvements and the terms herein. IRV#14822 vI -I- II II III III II IIII 11111111111 n1lIJ�'2E9£2Fai�C7nR 4 EXHIBIT "A" All that portion of Section 29, Township 4 South, Range 5 East, San Bernardino Meridian, described as follows: Lot 37 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. [RV#14822 v I -2- IIIIII IIIIII IIII IIIIIII IIII IIIII IIIIII III IIIII IIII IIII Eai, ty��2riee r,34nrF F ?ALAI So City of Palm Springs * Department of Public Works Engineering Division \O•RORRt EO 3200 Tahquitz Canyon Way • Palm Springs, California 92262 TEL: (760) 323-8253 • FAX(760)322-8360 • TDD(760) 864-9527 MEMORANDUM DATE: December 28, 2001 To: Patricia Sanders, City Clerk FROM: Marcus Fuller, Senior Civil Engineer SUBJECT: Notice of Obligation to Reimburse Cost of Off-Site Improvements; City Project 00-31 Attached please find an original document for recordation. Please have the document recorded, and forward a copy of the recorded document when received Post Office Box 2743 • Palm Springs, California 92263-2743 y DOC N 2001-547940 11/05/2001 08:00R Fee:NC Page 1 of 5 Recorded in Official Records County of Riverside RECORDING REQUESTED BY Gary L. Orso AND WHEN RECORDED RETURN TO: III Assessor,11�1 1111 P�� Clerk 11111 Recorder llllll CITY OF PALM SPRINGS III P.O. Box 2743 M S 0 PAGE---SIZE-- DA —PCGN NCCVn Palm Springs, CA 92263-2743 Attn. City Clerk = I Space AVOVC fh15 Line RCSi A R r LOPY LONG REFVNC NLHG EXAM This recording requested by City of Palm Springs is exempt from recording fees pursuant to Government Code § 27383 NOTICE OF OBLIGATION TO REIMBURSE COST OF OFF-SITE IMPROVEMENTS For the consideration performed by the City of Palm Springs including the construction of water, sewer and natural gas utility laterals installed to the following properties: 1833 Marguerite Street, 1844 Marguerite Street, 1871 Marguerite Street, 1889 Marguerite Street, 1905 Marguerite Street, 1923 Marguerite Street, 1941 Marguerite Street, 1950 Marguerite Street 1967 Marguerite Street, 1972 Marguerite Street, 1985 Marguerite Street, 1998 Marguerite Street, 2003 Marguerite Street 2024 Marguerite Street, 2039 Marguerite Street, 2046 Marguerite Street, 2071 Marguerite Street 2080 Marguerite Street, 2102 Marguerite Street, 2107 Marguerite Street, 2135 Marguerite Street, 2144 Marguerite Street 2159 Marguerite Street, 2168 Marguerite Street, 2171 MarQuerite Street, 2182 Marguerite Street, 2196 Marguerite Street, the legal descriptions of which are attached hereto as Exhibit "A", as part of a total street improvement project to be completed with Community Development Block Grant funds adjacent to the above properties; the undersigned owners agree to reimburse the City the amount of Three Thousand Three Hundred Twenty- EiEht Dollars and Fifty Seven Cents ($3,328.57) per lot (the "Reimbursement Lien") prior to issuance of a building permit for each of the lots. The amount is due only on a lot-by-lot basis as requests for building permits are made for each lot. Owner hereby agrees and declares that said Reimbursement Lien for the listed lots shall run with the land and shall be binding upon all persons having any right, title or interest in the lots, or any pail thereof, their heirs, successive owners and assigns and shall inure to the benefit of the City and their successors and assigns and successors-in-interest. In the event of a failure to pay the Reimbursement Lien when due, then in addition to, but not in lieu of, any of the rights or remedies the City may have to enforce the provisions hereof, the City shall have the right to withhold or revoke, after giving written notice of said failure, any building permit, occupancy pen-nits, certificates of occupancy and similar matters or approvals pertaining to the lot or any part thereof. In witness whereof, the Owners have caused this instrument to be executed on their behalf by their respective officers or agents herein duly authorized as of the date below. [Signalures On Next Page] IRV 414822 vl r "Owners" TABOR-LOGGINS ASSOCIATES a California general partnership By: 0,47LILI11L;& Corky Mills By: vonne Loggins By her attorney-in-fact, Corky Mills IRv#14822 vl -2_ I IIIIII IIIIII IIIIII IIIII III IIIII IIIIIII III IIIII IIII IIII 11�Y,arg1`j'4£F�f ern r STATE OF CALIFORNIA) ss. COUNTY OF r � ) On 161 s"IOl before me, /pub/ - N + b-y 'DIA I 0, personally appeared C K f eFsonally known to me proved-t9 rrre a -h basis-of sadis t ev d, �e� to b th e�o�r, .) whose ane ls/ subscribed to the within inst nnu ent and acknowledged to me tfiat '�O/'gNoy executed the same m�hr. )i r authorized Ccapacitt per), t(iat b / er tl{ signature on he Instrument,th person -or the entity upon behalf of which the rson J cted, executed the instrument. WITNESS my hand ancVofficial seal. J.LEVY-10 CoimNnl0n11205lfD fifty Pu� lotary Public/.- LosMyCwmFaPtiMMr31.20D5 (SEAL) my#14822 A _3_ Ali II 11111111111111111 I 11111111111 ill 111111111111 11,05 l'UF41 OS�nFIA EXHIBIT "A» All that portion of Section 29, Township 4 South, Range 5 East, San Bernardino Meridian, described as follows: Lot 3, Lot 7, Lot 8, Lot 9, Lot 10, Lot 11, Lot 12, Lot 13, Lot 14, Lot 15, Lot 16, Lot 17, Lot 23, Lot 24, Lot 25, Lot 26, Lot 27, Lot 28, Lot 29, Lot 30, Lot 31, Lot 32, Lot 33, Lot 34, Lot-35, Lot 36, Lot 37, and Lot 38 of Crossley Tract, filed in Map Book 32, Page 44, Records of Riverside County, California. IRV#14822 v1 II II II I I II I I �I II II I I II t t. ,111�n t1 r5"UHF 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 DAPROVEMENTS TO: E.L.Yeager Construction Company ACCEPTANCE DATE: April 29,2002 P.O.Box 87 PROJECT: CP#00-31,Crossley Tract Street& Riverside,CA 92502 Drainage Lnprovements,Phase 4 AGREEMENT NO. 4368 MINUTE ORDER NO. 6856 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 6" C&G and Curb 3,230 L.F. Curbing L.F. St;ect Paving 2",2.5"&3" 61,098 S.F. Street Paving S.F. Sidewalks 12,703 S.F. Sidewalks S.F. Driveway Approaches 3,328 S.F. Driveway Approaches S.F. Curb 'tamps 2 EA. Bike Paths S.F. Ca$apw Basins 2 EA. Sewer Mains L.F. Se�yer Laterals 860 L.F. Sewer Laterals L.F Mailoox 9 EA. Sewer Manholes EA. 1" Gas 500 L.F. Storm Drains L.F. Survey Monuments EA. Survey Monuments EA. Lighting/Landscaping L.S. Location:Avenue 34 from Lawrence Street to Maraeuerite Street and Mareuerite Street from Avenue 34 t"trlitha Street. C.P.3 Drawing No(s). 29-4-5-106 Permit No. 12651 Co„tractor(s)actually doing the work E.L.Yeager Construction Company Nov y your bonding company/bank to release the following bonds: No.SF 1406 in the amount of $225 775.00 Performance 03lot 103 No.SF 1406 in the amount of $225,775.00 Payment 04 1b1 joa. 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'United Stated Fidelity&Guaranty Co. Comments.FINAL CONTRACT AMOUNT:$303,315.40 Subs utted by. Dated: 2,-1(-o En/inf, ' F' Id Sup ervisor Appt?ved by: g- / Dated: Director of Public Works/City Engineer Distribution: Original to Engineering Project File;Copies to Addressee, City Clerk,Engineering File,Engineering Field Supervisor,Building, and Facilities Index No. 0202 DOC to M002-20 7659 03/01/2002 00:00R Fee:NC Page 1 of 1 :., Recorded in Official Records 7. e� Si) County of Riverside C''� Gar L. Orso itl lr v �.,�a. Fed Assessor, County Clerk 6 Recorder 1111111 1111111111 11111III III IIIIII IIIIIII III IIII M S U 11 PAGE SIZE OA PCOR NOGOR SMF MISS Return To: City Clerk City of Palm Springs t. ` P.O.Box 2743 Pahn.S'prin2, CA 92263-2743 A R _ COPY LONG REFQNO NCHG E%PM NOTICE OF COMPLETION u f NOTICE IS HEREBY given that: 1. The City of Palm Springs,California, is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs,California(P.O. Box 2743,Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPIX'' on the 7`" day of January, 2002 5. The name of the contractor(if named)for such work of improvement was:E.L.Yeager Construction Company 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: Crossley Tract Street and Drainage Improvements,Phase 4. ?. The property address or location of said Droperty is:Avenue 34 from Lawrence Street to Marguerite Street and Marguerite Street from Avenue 34 to Martha Street. 8. City Project No. 2000-31, Agreement No. 4368, Minute Order No. 6856 U� DATED: 'ir? ?e ` CITY OF PALM SPRINGS BY: City Engineer 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 e facts stated ere' ar true; that as said City Clerk, she makes this verification on behalf of aid ant m i r J FU City Clerk 1AP:md/Oct94 Index No. 0202 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: E.L.YeagerConstruction Company Date: April 11, 2002 P.O.Box 87 Project No.: C.P. 00-31 Riverside CA 92502 Project Name: Crossley Tract Street and Drainage Improvements, Phase 4 Change Order No.: Two (2) Attn: Gary Baxter- Superintendent Contract Purchase No.: Account Number(s): 137-4801-63503 Agr.#4368 M.O. #6856 Res. # A. CHANGES IN WORK: Increase to Contract Bid Items: Item Description 4 Removing PCC Pavement 5 Construct 2 in. AC Pavement 7 Construct 3 in. AC Pavement 9 Construct PCC Sidewalk 13 Construct Type A1-6 Curb 18 Adjust Water Valve to Grade 19 Adjust Water Meter Box to Grade 23 Paint Stop Bar& "STOP" Legend Decrease to Contract Bid Items: Item Description 6 Construct 2.5 in. AC Pavement 8 Construct Misc. Base 10 Construct PCC Driveway 11 Construct PCC Driveway Approach 14 Construct Type A2-6 Curb and Gutter 21 Install Traffic Sign Increase to Contract Bid Items (New): Item Description D Teamster for Dust Control E Markup F Water Truck for Dust Control G Markup H Re-Mobilization I Survey Staking for Water Services J Markup K Additional Cost to install 1 in. Schedule 40 Yellow PE Pipe L Re-negotiate unit price for Bid Item 19, Adjust Water Meter Box to Grade Decrease to Contract Bid Items (C.C.O. No. 1): A Install 4 in. VCP Sewer Lateral C Install 1 in. Schedule 40 Yellow PE Pipe April 11, 2002 CP 00-31 Crossley Tract Street and Drainage Improvements, Phase 4 Change Order No. 2 Page 2 of 4 B. CHANGES IN CONTRACT COST: Increase to Contract Bid Items: Item Description 4 Removing PCC Pavement 200 SF @ $1.50 $ 300.G0 5 Construct 2 in. AC Pavement 1220 SF @ $2.00 $ 2240.00 7 Construct 3 in. AC Pavement 1,708 SF @ $0.93 $ 1,588.44 9 Construct PCC Sidewalk 203 SF @ $2.50 $ 507.50 13 Construct Type A11-6 Curb 66 LF @ $12.00 $ 792.00 18 Adjust Water Valve to Grade 1 Each @$400.00 $ 400.00 19 Adjust Water Meter Box to Grade 3 Each @ 250.00 $ 750.00 23 Paint Stop Bar& "STOP" Legend 1 Each @ $625.00 $ 625.00 Sub-Total $ 7,402.94 Decrease to Contract Bid Items: Item Description 6 Construct 2.5 in. AC Pavement 580 SF @ $0.81 ($ 469.80) 8 Construct Misc. Base 221 Tons @ $16.50 ($ 3,646.50) 10 Construct PCC Driveway 49 SF @ $2.50 ($ 122.50) 11 Construct PCC Driveway Approach 123 SF @ $3.00 ($ 369.00) 14 Construct Type A2-6 Curb and Gutter 66 LF @ $12.00 ($ 792.00) 21 Install Traffic Sign 1 Each @ $200.00 ($ 200.00) Sub-Total ($ 5,599.80) Increase to Contract Bid Items (New): Item Description D Teamster for Dust Control 58 hours @ $36.90 $ 2,140.20 E Markup $2,140.20 @ 24% $ 513.65 F Water Truck for Dust Control 58 hours @ $22.53 $ 1,306.74 G Markup $1,306.74 @ 15% $ 196.01 H Re-Mobilization Lump Sum $ 1,312.50 1 Survey Staking for Water Meters/Control 7.5 hours @$162.75 $ 1,220.63 J Markup $1,220.63 @ 5% $ 61.03 K Additional Cost to install 1 in. Schedule 40 500 LF @ $4.20 $ 2,100.00 Yellow PE Pipe L Re-negotiate unit price for Bid Item 19, 25 each @ $30.66 $ 766.50 Adjust Water Meter Box to Grade Sub-Total $ 9,617.26 Decrease to Contract Bid Items (C.C.O. No. 1): A Install 4 in. VCP Sewer Lateral 40 LF @ $67.00 ($ 2,680.00) C Install 1 in. Schedule 40 Yellow PE Pipe 500 LF @ $11.00 ($ 5,500.00) Sub-Total ($ 8,180.00) TOTAL NET CHANGE ORDER = $ 3,240.40 NOTE: No additional markup will be added to any items in this Contract Change Order. April 11, 2002 CP 00-31 Crossley Tract Street and Drainage Improvements, Phase 4 Change Order No. 2 Page 3 of 4 C. REASON FOR CHANGE: All increased and decreased bid items were field measured by both the Contractor and the City Inspector. All quantities and amounts have been agreed by both the Contractor and the City Inspector. Items D through G These costs were incurred due to a protest the City of Palm Springs received by a property owner to stop all work on Marguerite Street from Ave. 34 to Martha Street. The property owner wanted to clarify all cost to him for the proposed sewer laterals,water services, meters boxes and gas sleeves improvements. The project stopped on Sept. 5, 2001 and started again on Oct. 15, 2001. A total of 29 working days the contractor maintained the construction area for dust control,using a watertruck and driver,2 hours perday. The hourly wage rate was taken from the certified payroll and the equipment rate was taken from the Caltrans Labor Surcharge and Equipment Rental Rates. Item H When the project stopped work, the Contractor removed his equipment from the site, which included 2 backhoes, work truck, material and misc.tools. After the project started again,the contractor re-mobilized his equipment, material and misc.tools to the site to continue installing sewer laterals and gas sleeves.This was a lump sum cost. Items I and J In order forthe water services and meter boxes to be installed, Desert Water Agency needed the proposed curb staked(5.5 hours). The contractor provided 100 ft.stations at right-of-way on both sides of Marguerite Street from Ave. 34 to Martha Street. Prior to staking the 100 ft. stations for curb, the City Inspector requested survey control to establish property lines to stake sewer laterals, water services and gas sleeves (2 hours). The contractor provided this surveying also as "extra work" after the sewer laterals and gas sleeves were installed, 25 ft. stations with 3 ft. offsets to face of curb, including grade sheets. Item K In C.C.O. No. 1,contract estimate to install 1 in. Schedule 40 Yellow PE Pipe reduced from 1,000 LF to 500 LF. Per the recommendation of Southern California Gas Company, no gas sleeves are required on the east side of Marguerite Street because the gas main is on this side and behind the proposed curb. Per Specifications,Sec.3-2.2.1 (c),the contractor is entitled to an adjustment in compensation forcontract items that reduce more than 25%. Item L The Contractor adjusted 28 additional water meter boxes to the contract due to the 28 water services DWA installed. Per Specifications, Sec. 3-2.2.1(b), Increases of More than 25% on Unit Price Contracts,the City re-negotiated the unit price per each from $250.00 each to$30.66 each. The Contract is entitled to 25% of the quantity increase at the unit price (3 each at $250.00 and 25 each @ $30.66). Items A and C (C.C.O. No. 1) Both the City and the Contractor agreed on these quantities and they were less than the contract estimate. Credit will be applied to the Contract. Total working days added -43 Added 29 working days for delay regarding the protest. Added 6 working days due to re-schedule the concrete and paving crews from other projects to complete their work on this site C. REASON FOR CHANGE: Total working days added Added 8 working days forthe installation of 28 water services and meter boxes and relocating 2 fire hydrants by Desert Water Agency. April 11, 2002 CP 00-31 Crossley Tract Street and Drainage Improvements, Phase 4 Change Order No. 2 Page 4 of 4 SOURCE OF FUNDS: Crossley Tract Phase 4 Account No.: 137 - 4801 - 63503 = $ 3,240.40 Summary of Costs Contract Time Original Contract Amount: $ 225,775.00 Original Completion Date: Aug. 27, 2001 This Change Order: $ 3,240.40 Days Added for this C.C.O.: 43 Previous Change Order(s): $ 74,300.00 Previous Days Added: - 15 Revised Contract Amount: $ 303,315.40 Revised Completion Date: Jan. 7, 2002 I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted Date4 Z&bL Field ELgineeri upervisor yr / By p Approved By -A� Date r VGA Director of Public Works/City Engineer Title " ,P�,. �`t�.C7r_',nti; hAnr� �� Approved by . ate Date City Manager '`�I' �`=��' �� Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: E.L Yeager Construction Company Date: July 20 2001 P.O.Box 87 Project No.: C.P. 00-31 Riverside CA 92502 Project Name: Crossley Tract Phase 4 Change Order No.: One (1)) Attn: Gary Baxter- Superintendent Contract Purchase No.: Account Number(s): 137-4801-63503 Agr.#4368 M.O. #6856 Res. # A. CHANGES IN WORK: Increase to Contract Bid Items (New): Item Description A Installation of four inch (4") vitrified clay pipe (VCP)sewer laterals to the center of each vacant lot (29 in total) in conformance with Greenbook Standard Specifications and the attached Special Provisions. B Provisions for sheeting, shoring, bracing or equivalent method, in conformance with the attached Special Provisions. C Installation of one inch (1") schedule 40 yellow polyethylene (PE) pipe at each property line, from right-of-way to right-of-way in conformance with Greenbook Standard Specifications and the attached Special Provisions. B. CHANGES IN CONTRACT COST: Increase to Contract Bid Items (New): Item Description A Install 4 in. VCP Sewer Lateral 900 LF @ $67.00 $ 60,300.00 B Sheeting, Shoring, Bracing or Equivalent Method Lump Sum $ 3,000.00 C Install 1 in. Schedule 40 Yellow PE Pipe 1,000 LF @ $11.00 $ 11 000.00 Sub-Total $ 74,300.00 TOTAL NET CHANGE ORDER = $ 74,300.00 NOTE: No additional markup will be added to any items in this Contract Change Order. C. REASON FOR CHANGE: Per the recommendation of the Director of Public Works/City Engineer, install 29 sewer laterals and 1 in. Schedule 40 Yellow PE pipe sleeves for future gas services to the remaining vacant lots as part of this project. By installing these utility laterals now, it eliminates the need to cut into the new street at the time the vacant lots develop, thus avoiding numerous pavement trench cuts within a new street. July 20, 2001 C.P. 00-31 Crossley Tract Phase 4 Change Order No. 1 Page 2 of 2 SOURCE OF FUNDS: Crossley Tract Phase 4 Account No.: 137 -4801 -63503 = $ 74,300.00 Summary of Costs Contract Time Original Contract Amount: $ 225,775.00 Original Completion Date: This Change Order: $ 74,300.00 Days Added for this C.C.O.: 15 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 300,075.00 Revised Completion Date: I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted Date Z5O Fiel Engineeri Supervisor gy Approved By` J Date Director of Public Works/City Engineer Title Pito7�—cC /"Abf9Ele- Approv Date a T bJ Date r/ e� bit Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) r.. QRover)By THEoyy COUNCIL 10-13 - SANITARY SEWER 10-13 .1 Materials. Vitrified clay pipe shall conform to Standard Specification 207-8 . Vitrified clay pipe joints shall conform to Standard Specification 208-2 . Cement mortar shall conform to Standard Specification 201-5 . 10-13 .2 Methods. Installation and testing of vitrified clay pipe shall conform to Standard Specification 306-1. 2 , 306-1 . 3 and 306-1 .4 and these Special Provisions . 10-13 .2 .1 Excavation, Backfill and Compaction. Prior to any excavation the Contractor shall pothole to determine the location and/or grades of connections or underground utilities, structures or fixtures in the alignment of the proposed sewer. Excavation for sewer pipe, laterals, fittings and appurtenances shall be in open trench to the line and grade as required to provide five feet (5 ' ) minimum cover at property line, with 2% minimum slope to the sewer main. The trench bottom shall be graded to provide a smooth, firm, moist and stable foundation. At each joint, the bottom of the trench shall be shaped in such a manner to relieve the bell of the pipe of all load. All rock shall be removed to a depth of six inches (611 ) below the bottom of the pipe. Embankment and over-excavated areas shall be filled to provide a trench bottom as previously described. Backfill of the trench about the pipe, laterals, fittings and appurtenances will be with select sand material free of debris, rock and similar hard, sharp objects to a distance of 12 inches minimum. The Engineer shall approve all backfill materials . Backfills shall be compacted to 900- +/- 2% at optimum moisture content . Compaction under pavements, structures and fixtures shall conform to the specified density. Surplus materials shall be legally disposed of . All excavation, backfill, compaction, and material disposal costs shall be considered as included in the unit price of that item for sewer pipe, laterals, fittings or appurtenances. 10-13 .2 .2 Laterals. Installation of laterals shall conform to City of Palm Springs Standard Drawing 405 and these Special Provisions . The letter "S ' ' shall be etched or otherwise permanently marked within the concrete curb face directly above the lateral . 10-13 .3 Testing and Video. Testing, in accordance with the Standard Specifications, will be required after completion and acceptance of the roadway subgrade preparation. The sewer lines, manhole to manhole, shall be analyzed by videotape photography. Should the analysis indicate a change in the sewer line alignment or damage to the utility, the Contractor shall repair the affected area immediately, at no extra cost to the City. 10-13 .4 Measurement and Payment. Payment for vitrified clay pipe shall be made at the unit price per linear foot, and shall constitute full compensation for removal and disposal of all resulting materials, all labor, materials, equipment and incidentals, trenching, placement, backfill, complete in place, as required in the Standard Specifications and these special provisions . 10-13 . 5 Sheeting, Shoring, and Bracing or Equivalent Method. Payment for temporary sheeting, shoring, bracing or equivalent method will be based upon completion of all planning, design, engineering, furnishing, and construction, and the removal and disposal of all such temporary sheeting, shoring, and bracing at the lump sum price, complete, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. 10-13 .6 Protection of Existing Improvements. Should there be. any existing improvements that were known to the Contractor prior to excavation, the Contractor shall restore or replace the existing improvements to their original or better condition, at the Contractor' s own expense. 10-14 - UTILITY LINE SLEEVES 10-14 .1 Materials. Polyethylene (PE) pipe shall conform to Standard Specification 207-19 . All polyethylene (PE) pipe used for utility line (natural gas) sleeves shall be rolled, one inch (1 " ) nominal diameter, schedule 40 yellow color pipe. 10-14 .2 Methods. Installation of polyethylene (PE) pipe shall conform to Standard Specification 306-1 .2 and 306-1 .3 and these Special Provisions. Prior to any excavation the Contractor shall pothole to determine the location and/or grades of connections or underground utilities, structures or fixtures in the alignment of the proposed sewer. Excavation for utility line (natural gas) sleeves shall be provided such that a minimum 2411 cover from gutter flowline, or 30 " minimum cover, whichever is greater, is achieved. A minimum 6 " separation between utility line sleeves and other utilities shall be maintained. The trench bottom shall be graded to provide a smooth, firm, moist and stable foundation. All rock shall be removed to a depth of six inches (611 ) below the bottom of the utility sleeve. Backfill of the trench about the pipe, laterals, fittings and appurtenances will be with select sand material free of debris, rock and similar hard, sharp objects to a distance of 12 inches minimum. The Engineer shall approve all backfill materials . Backfills shall be compacted to 900 +/- 20 at optimum moisture content . Compaction under pavements, structures and fixtures shall conform to the specified density. The letter "G" shall be etched or otherwise permanently marked within the concrete curb face directly above the utility sleeve. 10-14 .3 Measurement and Payment. Payment for polyethylene (PE) pipe shall be made at the unit price per linear foot, and shall constitute full compensation for removal and disposal of all resulting materials, all labor, materials, equipment and incidentals, trenching, placement, backfill, complete in place, as required in the Standard Specifications and these special provisions . • E.L. Yeager Construction �irossley Tract Improvements AGREEMENT #4368 Mo6856, 6-6-01 / AGREEMENT THIS AGREEMENT made this (p day of �(�ZiZj _�, in the year 200�, by and between the City of Palm Springs, a charter city, organized and xisting in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and E. L. Yeager Construction Co., Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS,PHASE 4 CITY PROJECT NO. 00-31 The Work is generally described as follows: Construction of street and storm drainage improvements consisting of: removal of existing asphalt concrete and Portland cement concrete pavement; construction of Portland cement concrete curb, curb and gutter,sidewalk,driveway approaches and driveways;roadway excavation and earthwork,construction of crushed miscellaneous base and asphalt concrete paving; construction of catch basins;and all appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays,expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay(but not as a penalty), the Contractor shall pay the City the sum of $425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, Federal Labor Standards Provisions, Federal Rates of Prevailing Wages, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers -n- to -n_ , 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. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 AGREEMENT FORM 4f24/01 AGREEMENT AND BONDS- PAGE 1 0 • ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. 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 for Public Works Construction ("Greenbook") and the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST:�GITY OF PALM RINGS,CALIFORNIA City Clerk APPROVED AS TO FORM: APPROVED BY THE CITY COUNCIL: By \ Minute Order No. 6856 Date 6-6-01 City Attorney Date �-o"LFi;7 Agreement No. A4368 CONTENTS APPROVED: Bye_ City Engineer 9, > Date — Ci M 1 � anager Date /L CROSSLEY TRACT IMPROVEMENTS—PHASE 4 CITY PROJECT NO 00-31 AGREEMENT FORM 4/24/01 AGREEMENT AND BONDS- PAGE 2 CONTRACTOR: o (Check one:_individual,_partnership, '���7 corporation) .d By , signS4xel OTARIZED) Print Name and Title: Dougla6d Awdland, Viee lorrt-oswrer1` Byr�a�ri� ii1•p� rril i _4., s natIZure ARED) Print Name and Title: cf'od—i oy A V tacc"'h'y"ac^'.NI'C",,:s Mailing Address: r-1."\^-.y C'��U'7' cU"IIP9t�C'ulpCo�Cr�g �CL;1 k°l,`~�N`i(Qill„(,rli- Date JUL Q (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 CROSSLEY TRACT IMPROVEMENTS—PHASE 4 CITY PROJECT NO.00-31 AGREEMENT FORM 4/24/01 AGREEMENT AND BONDS - PAGE 3 0 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Riverside On July 2, 2001 before me, Patricia Macias Notary Public, personally appeared_ Douglas J. Aadland and Jeffrey A Tinsley ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the persons(s)whose name(s)Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Iris/her/their authorized capacity(ies), and that by his/her/their PATRICIA MACIAS signature(s) on the instrument the person(s), or the I Commission#1257516 z entity upon behalf of which the person(s)acted, 3 ° Notary Pu61ic-Callfomie - Riverside County executed the instrument. Ivtyccmet,F prcdsMor24,2004 WITNESS my hand and official seal. signature ofNotaly Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fr-audelent removal and reattachment ofthis form to another document. Description of Attached Document Title or Type of Document: Agreement Document Date: Number of Pages: 3 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Douglas J. Aadland Signer's Name: _ Jeffrey A. Tinsley ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): Vice President Title(s): _ Secretary/Treasurer ❑ Partner- ❑ Limited ❑ General ❑ Partner- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact El RIGHT rHUMBPawT Trustee ❑ Trustee RIGHT TxMmamNT ❑ Guardian or Conservator Or SIGNER ❑ Guardian or Conservator OF SIGNER ❑ Other: TOP OF TnM®HERE ❑ Other: To,GE THUMB BERP Signer is Representing: Signer is Representing: E.L.Yeager Const. Co. Inc. E.L.Yeager Const Co Inc PERFORMANCE BOND Band #SF1406 Executed in Quadruplicate KNOW ALL MEN BY THESE PRESENTS, That E. T.- Yeager Caustmiction Co Inc as Contractor, And United States Fidelity and Guaranty Company as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the"City," in the sum of: c�a/1 'Ittn F ri 'Iti„n ,1 tar-f1 Th ....a c a a a c �F' �o rs00 , 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: CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS, PHASE 4 CITY PROJECT NO.00-31 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to he performed on its part, at the times and in the manner specified herein,then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement Is hereby waived by said Surety. SIGNED AND SEALED,this 29th day of June , 2001).. CONTRACTOR: SURETY: E.L. Yeager Construction Co., Inc. - (Check one: individual, _partnership, United States Fidelity and Guaranty- Company % corporation) _ By e By � ,-✓���C.-L-�tr�,�, B.A. Matson NOyARIZED) r Title Attorney-In-Fact (SEAL AND NOTARIAL ACKNOWLEDGMENT OF -_ Print Name and Title: SURETY) Douglas,a.Asdland, Vka F esldook v/By /ign/re 0,LI 9yuj'� T,zDI(NOs Pint d ��IF(���91l�++M1���rrjj �IunI�U�{a ryryuII'' u�rtryryt��lil// W©II�(l��W1�1,1(1'/1Pflt1,i uUL'�{JpE�I��fL�'s'I}I llI,�yJ�NII��I,�'e1�LS��jjjJl,,,'''Title; (Corporations require two signatures; one from each of the following groups:A.Chairman of Board,President,or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer), CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 PERFORMANCE BOND 4/24/01 AGREEMENT AND BONDS - PAGE 5 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Riverside On July 2. 2001 before me, Patricia Macias Notary Public, personally appeared Douglas J. Aadland and Jeffrey A Tinsley ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the persons(s)whose name(s)Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their coPATRICIA MACIAS signature(s) on the instrument the person(s), or the mmission#1257516 entity upon behalf of which the person(s) acted, aqQW., Noi°ry Public-C°l�f°mlc � executed the instrument. Riverside Couniy [[��my comm,a[restvk't24,20od® ''```'�aa WITNESS myhand and official seal. Signature of Notary Public OPTIONAL Though the Information below is not required by law,it may prove valuable to persons relying on the document and could prevent fivudident removal and reattachment of this farm to another document. Description of Attached Document Title or Type of Document: Performance Bond Document Date: June 29,2001 Number of Pages: 1 Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Douglas J. Aadland Signer's Name: Jeffrey A. Tinsley ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): Vice President Title(s): Secretary/Treasurer ❑ Partner- ❑ Limited ❑ General ❑ Partner- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact RIGHT T JIPRINT Trustee ❑ Trustee RIGHT TxuNlErrtwr ❑ Guardian or Conservator OF SIGNER ❑ Guardian or Conservator Or SIGNER ❑ Other: TOP OP THUMI3}IEaE ❑ Other: roP OF THUMB HERE Signer is Representing: Signer is Representing: E.L.Yeager Const. Co..Inc. E.L.Yeager Const. Co..Inc. CALIFORNIA ALL-PURPOSOCKNOWLEDGMENT No.5907 State of California County of Los Angeles On 6-29-2001 before me, Adriana Valenzuela, Notary Public DATE NAME,TITLE OF OFFICER-E.G.,-JANE DOE,NOTARY PUBLIC" personally appeared B.A. Matson NAME(S)OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their �DRlA ,!,,yf,'1t JELA,, 1� signature(s) on the instrument the person(s), i�; -,a: o`nm5'°nt�c°`" = or the entity upon behalf of which the %ir-\ S1oPn;�Pr,blic.,t��ifo;I,i[- F Los rang:l l.O.,I i(?- G person(s) acted, executed the instrument. WITNESS my hand and official seal. F �I�ty SIGNATURE 01 TAR' OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(s) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED El GENERAL 'fkATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave.,P.O.Box 7184•Canoga Park,CA 91309-7184 7he$'tftl . POWER OF ATTORNEY • a7�rA Seaboard Surety Company United Slates Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insmance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 21716 Certificate No. E� J -I KNOW ALL MEN BY THESE PRESENTS:Thal Seaboard Suety Company is a cm poration duly organized under the laws of the Stale of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insmance Company and St Paul Mercury Insmance Company arc corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insmance Conpany is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Undeiwu act 9,Inc is a eorpota ion duly organized under the laws of[lie State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appmnt Jeffrey Strassner, Christina Turman,Cesar F.Javier, B.A.Matson and Marina Tapia Los Angeles California of the City of ,State ,their true and lawful Altorney(s)-m-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the natrue thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, gnaianleemg the performance of contracts and executing or guaranteeing bonds and undertaings required at permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF.the Companies have caused this instrument to be signed and sealed this 5th day of April 2000 Seaboard Surety Company United States Fidelity and Guaranty Company _ St.Paid Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Intsurance Underwriters,Inc. St.Paul Mercury Insurance Company ��t1 -,y euac"' Ix'Poxeoane^ `� Y O a 'E.' x 7927 : Satin ( Lca^ropnrc'it £gEELasI '+ r r� 7977 3. 195 ita� JOHN F PHINNEY,Vice Pleaident ' . �ts � u \rs`fHs✓ N'^:.:..r� �'HO AiN� �ii l�" State of Maryland � � City of Ballimm e THOMAS E HUIBREGTSE.A,,rru l Ssccenny On this 5d1 day of April 2000 before me, the undersigned officer, personally affected John F. Phinney and Thomas E Hmbregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Solely Company,St.Paul Fine and Marine Insurance Company,SL Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insmance Company,and Fidelity and Guaranty Insolence Underwriters,Inc,and that the seals affixed to the foregoing instrument me the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the proposes therein contained by signing the names of the corporations by themselves as duly authorized officers 0 b F IIJI r In Witness Whereof,I hereunto set my hand and official scat w� p�rARP Z Buc s My Commission expires[he 13[h day of July,2002. >pqE enV a0 REBECCA EASLEY-ONOKALA,Notary Pubhc 86203 Rev.7-2000 Printed in U S.A. dbk This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surely Company,St.Paul Fite and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,compacts zinc[other instirn iclus relining to said business may be signed,executed,and acknowledged by persons or entities appointed as Altorney(s)-in-Pact pursuant to a Power of Attorney issued in accordance with these resolutions Said Power(s)of Attorney for and on behall'of the Company may and shall be executed in the name and on behalf of the Company,ether by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations The signature of such officers may be engraved,printed or lilhom 9phed. The signahuc of each of the foregoing officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Altorney(s)-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsmule sgnatme or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any hand of undmuhdang to which it is validly attached;and RESOLVED FURTHER, that Attomey(s)-in-Pact shall have the power and authority,and, in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and under laking.s,and other writings obligatory in the nature thereof,and any such instrument executed by such Attoney(s)-m-Fact shall be as boding upon(lie Company as if signed by an Executive Officer and scaled and attested to by the Secretary of the Company. I,Thomas E Huibregtse,Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St Paul Guatdair]nsaIance Company, St Paul Mercury Insurance Company,United Slates Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a one and correct copy of the Power of Attorney executed by said Companies,which is in full lose and effect and has not been revoked. IN TESTIMON//`Z WHEREOF,,I hereunto set my hand this 29th day of dune 2001 92 4P \ Ocllno roues oy 's� 4� (DI l� 27 � tv'wnrvrtnR^ �ko¢awrto 19 WC6tPokVtFa AL:ed ' SERL'.Oft BOB .G i9Jry k o Thomas E.Huibregtse.Assmant Secretor To verify the authenticity of this Prover ofAttarney,call 1-800-421-3880 and ask for the Povei of Attorney clerk. Please re%er to the Prover a Atorney amnber; the above-named individuals and the details of the bond to which the Paver is attached. Bond No. SF1406 PAYMENT BOND Executed in Quadruplicate KNOW ALL MEN BY THESE PRESENTS, That E. L. Yeager Construction Co. , Inc. as Contractor, And United States Fidelity and Guaranty Company as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the"City," in the sum of: Two Hundred Twenty-five Thousand Seven Hundred Seventy-five & no/100-----dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS,PHASE 4 CITY PROJECT NO.00-31 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 29th day of June . 200 1� CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO,00-31 4/24/01 PAYMENT BOND AGREEMENT AND BONDS -PAGE 6 CONTRACTOR: E.L. Yeager Construction Co., Inc. (Check one:_individual,_partnership, %corporation) By _ n aturP' INO ARI, Print Name and Title: DOU91M J Aad8and, Wee C000dden i By 7 si ur (NOTA Print Name and Title: (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chef Financial Officer). SURETY United States Fidelity and Guaranty Company ' By B.A. Matson - Title Attorney-In-Fact (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) ?fi''! 111 j ��➢PII �� 6��)�� n °pp� gil;jfi9 �hjlll'�tr,n ItlC �l �d'd10� CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 4/24/01 PAYMENT BOND AGREEMENT AND BONDS-PAGE 7 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Riverside On July 2, 2001 before me, Patricia Macias Notary Public, personally appeared Douglas J. Aadland and Jeffrey A. Tinsley ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the persons(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hisAwf/their signature(s) on the instrument the person(s), or the PATRICIA MAClAS entity upon behalf of which the person(s)acted, Commission#1257516 z executed the instrument. Notary Public-Callfamia ounty Riversidea2004 lNy Comm,E�prcest 25 4, WITNESS my hand and official seal. Signature ofNotary Public OPTIONAL Though the information below is not required by law,it nray prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment ofthis form to another document. Description of Attached Document Title or Type of Document: Payment Bond Document Date: June 29, 2001 Number of Pages: 2 Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Douglas J. Aadland Signer's Name: Jeffrey A. Tinsley ❑ Individual ❑ Individual ® Corporate Officer ® Corporate Officer Title(s): Vice President Title(s): Secretary/Treasurer ❑ Partner- ❑ Limited ❑ General ❑ Partner- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee P[ani'IHU1ABPRIIJT ❑ Trustee MHT TVLt,0PuwT ❑ Guardian or Conservator 0r SIGNER ❑ Guardian or Conservator O` `u` ❑ Other: TOP OF MMe HERE ❑ Other: TOP OF THUMB E[SRZ Signer is Representing: Signer is Representing: E.L.Yeager Con st. Co.,Inc. E.L.Yeager Const. Co.,Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Ne.5907 State of California County of Los Angeles On 6-29-2001 before me, Adriana Valenzuela, Notary Public DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC' personally appeared B.A. Matson NAME(5)OF SIGNER(S) © personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their ur,(""'' 7L&-L)Eu signature(s) on the instrument the person(s), cal L or the entity upon behalf of which the s erson acted, executed the instrument. i,co person(s)) WITNESS my hand and officia seal C 0. I d , •�� rd SIGNATU EOF NOTAR OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL UJATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IE5) SIGNER(S)OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave.,P.O.Box 7164-Canoga Park,CA 91309-7184 mestpaul • POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 21716 Certificate No. ":J �,1 �"tL A il C] KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surely Company rs a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under ire laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of ire State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint Jeffrey Strassner, Christina Turman,Cesar F.Javier, B.A.Matson and Marina Tapia Los Angeles California of the City of ,State ,their live and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surely to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perillitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 5th day of April 2000 Seaboard Surety Company United Slates Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company en)4� e[awart ff//jjr` _' I-'Sas °•'�� weanpgntFo� JOHN F PHINNEY,Vrce President r ` S'LAL a? 1696 197 s T \\\\4rs`"fti°.r ..:..:^ �zxq AM State of Maryland City of Baltimore THOMAS E HUIBREGTSE,Assistant Secretary On this 5th dayof April 2000,, before me, the undersigned officer, personally appeared John F. Phinney and Thomas E Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to We foregoing instrument are the corporme seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by staining the names of the corporations by themselves as duly authorized officers. l�[/�,i' .- nJ ,. -n• /.V,�y,�r/.,A/, In Witness Whereof,I hereunto set my hand and official seal Ug4c S My Commission expires the Dill day of July,2002. oAe eTi W� REBECCA EASLEY-ONOKALA,Notary Pubic 86203 Rev 7-2000 Printed in U.S.A. This Power of Aumney is granted under and by the authority of the following resolutions adopted by[he Boards of Directors of Seaboard Swety Company,St.Paul Fire and Marine Insmance Company.St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.an Septe rma 2, 1998,which resolutions are now in full face and effect,reading as follows' RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contacts and other instruments relating to sail business may be signed,executed,and acknowledged by persons or entities appointed as Ado ncy(s)-m-Fact pursuant to a Puwa of Ahmacy issued in accordance with these lesolutons. Said Power(s)of Attorney for and on behalf,of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Senetary or an Assistant Stoically. under their respective designations The signature of such officers may be engraved,printed or hthogmphed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any cei titicate relating thereto appointing Adoi ney(s)-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set fords therein,any re or facsimile seal shall be valid and binding upon the Company,and any such power so such Power of Attomey or celldieate beating such facsimile signau executed and cabbed by such facsimile signature and Facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached,and RESOLVED FURTHER,that Attoiney(s)-m-Fact shall have the power and arnhorily,and,in any case, subject to the terms and hmuatioat of the Power of Attorney issued[hem,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undo lakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attoi ney(s)-m-Fact shall be as binding upon[he Company its it signed by an Executive Officer and scaled and attested to by the Secretary of the Company. I,Thomas E.Huibtegtse,Assistant Secretary of Seaboard Surety Company,St Paul Fire and Marne Insurance Company,St. Paul Guardian Insmance Company, St Paul Mercury Insurance Company,United Stales Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is alone and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked IN TESTINION'Y WHEREOF,I hereunto set my hand this 29t11 tiny of J11II0 2001 swerr i11K� : tl xf i�P+ins"a n' s. * * °'awvonp -onto c we g -W mtaatro 1927 ' I ' - "+^3 Saar,, ` � 1977 1951 c5Ef14 '1 yl' 'iV .r A Thomas Huibmglsc,Atsi,aMat Secietary l'�'arrvzcgF rs T �ers iYx� '�,.:i' �A1]AINdM ie t� To verify the authenticity of this Power ofAftore ey,call I-800-421-3880 and ask for the Power ofAttorney clerk. Please refer to the Power of Attomey naober the above-need individuals and the details of the bond to which the porver is attached. r� BID • ' BID TO: CITY OF PALM SPRINGS, CALIFORNIA 'i 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: CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS,PHASE 4 CITY PROJECT NO.00-31 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby ' acknowledged): Number Date Number Date Number Date ' Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems /t necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, at seq.,the undersigned confirms the following as its certification: tI 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 1 commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). 1 Dated: May 22, 2001 Bidder: E. L., Yager Const. Co. , Inc. s .� - %§ig ature) ' Title: Douglas J. Aadland, Vice President 1 1 1� CROSSLEY TRACT IMPROVEMENTS—PHASE 4 1� CITY PROJECT NO.00-31 BID (PROPOSAL) 4/24/01 BID FORMS-PAGE 2 W _ 1G, M TT I\ u� 101E�1U�1:�"lllu)T�5 U?�'�?�S`ui"fir, :'�k C. BID SCHEDULE Schedule of Prices for the Construction of: CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS, PHASE 4 ' CITY PROJECT NO. 00-31 in Palm Springs, California ' Item Estimated Description Unit No. Quantity Unit price Amount 1 Initial Mobilization - - - LS $ 8,000,00 ' 2. Traffic Control - - - LS $ _ 3. Remove Existing A.C. Pavement 49,500 SF $ 4 Remove Existing P.C.C. Pavement 2,000 SF $ 5. Construct 2" A.C. Pavement 750 SF $ Z $ /5,00 ' 6. Construct 2Yz" A.C. Pavement 40,000 SF $ �P/ $ �. ' 7• Construct 3" A.C. Pavement 18,000 SF $ 93 $ 751Q J 8• Construct Crushed Miscellaneous Base 1,500 TON $ 9• Construct P.C.C. Sidewalk 12,500 SF $ Z So $ 7yo, - 10. Construct P.C.C. Driveway 1,500 SF $ Z S? $ S 7,5-0 11. Construct P.C.C. Driveway Approach 2,000 SF $ $ OOo' 12. Construct Type A Curb Ramp 2 EA $ $ / ,700— 13. Construct Type A1-6 Curb 230 LF $ $ ,2 7 14, Construct Type A2-6 Curb and Gutter 3,000 LF $ __/L $ mil ' 15• Construct 4' Wide Catch Basin and Local 1 EA $ 3 00 r $ GOo Depression 16. Construct 7' Wide Catch Basin and Local 1 EA $ �2 $ O00 Depression Name of Bidder or Firm CROSSLEY TRACT IMPROVEMENTS—PHASE 4 CITY PROJECT NO. 00-31 UNIT PRICE BID SCHEDULE 4/24/07 BID FORMS - PAGE 3 roe L. Y "_C'<I%(� 7-u�,3S`A3UC:L�IC&r 1 BID SCHEDULE (Continued) Schedule of Prices for the Construction of: CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS, PHASE 4 CITY PROJECT NO. 00-31 in Palm Springs, California Item Estimated No Description Unit Unit Quantity Price Amount ' 17. Adjust Manhole to Grade 9 EA $ 6,50 — $ 9Sa ' 18. Adjust Water Valve to Grade 3 EA $ `f00— $ / zo 19. Adjust Water Meter Box to Grade 10 EA $ ' 20. Install Mailbox 9 EA $ $ ' 21. Install Traffic Sign 1 EA $ 20a $ Zoo ' 22. Relocate Traffic Sign 1 EA $ $ �S 23. Paint Stop Bar and "Stop" Legend 1 Eq $ (vZ5 $ (pZS TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Prig In figures) $—L�1�f��✓�,e�n i��✓r� ��✓ti ir-/o��sg,✓D S�i< / ,+��inzea - ✓ .✓rL, i✓ .1�✓� (Price In words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm CROSSLEY TRACT IMPROVEMENTS—PHASE 4 CITY PROJECT NO.00-31 UNIT PRICE BID SCHEDULE 4/24/01 BID FORMS -PAGE 4 ER CONT)l-,UCllIi N C©av Fps' . f r INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total ' Work to be Performed Number Contract Subcontractor's Name & Address ' 1. 2. I• 3. 4. 5. 6. 7. 8. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 LIST OF SUBCONTRACTORS 4l24/01 BID FORMS-PAGE 5 a 0 Y)Faf21CxER CONSTRUMOT7` MWAKY, INC. ■ BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. ' 1. BIDDER/CONTRACTOR'S Name and Street Address: E. L. Yeager Const. Co. Inc 1995 Agua Mansa Road Riverside, CA 92509-2405 ' 2. CONTRACTOR'S Telephone Number:( 909 ) 684-5360 Facsimile Number: ( 909 ) 788-2449 ' 3. CONTRACTOR'S License: Primary Classification A & B State License Number(s) 140069 Supplemental License Classifications HIC 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety St. Paul Surety Company, Glen Arakaki Address 500 S. Kraemer Blvd. , Suite 200 Brea, CA 92821 gent MWhgiCompany Marsh Risk & Insurance Services Telephone Numbers: Agent ( 213) 346-5730 Surety ( 714 ) 792-1607 5. Type of Firm (Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: California 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: Carl K. Boyer, Chairman/CEO/President Douglas J. Aadland, Vice President James V. Crews, Vice President James L. Moore, Vice President Jacques S. Yeager, Jr. Vice President Jeffery A. Tinsley, Secretary/Treasurer CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 BIDDER'S GENERAL INFORMATION 4/24/01 g�©F,o � p 17. L, 7CJBf�,f=,OR,C�Dd�1S1.1![WUJUI�ll�1S�SJL�Y lu(Jd�wi�LcG.��1�8)Y Jjd$!4, i BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: ' 9. List at least three related projects completed to date: SEE ATTACHED LIST OF COMPLETED PROJECTS ' a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Gary Baxter and Ron Skinner 11. Is full-time supervisor an employee X contract services 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 BIDDER'S GENERAL INFORMATION 4/24/01 BID FORMS - PAGE 9 e YL AQ')f5R OUN�3TRIUCnON CohffANy Fyr 1 i NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER ' AND SUBMITTED WITH BID ' State of California ) ss. ' County of Riverside ) ' 1, Douglas J. Aadland being first duly sworn, deposes and says that he iQR iflm is Vice President of E. L. Yeager Const. Co. , Inc.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 E. L /'Yeager Const. Co. , Inc. By '`" m . /�� Title Douglas J. Aadland, Vice President Organization E. L. Yeager Const. Co. , Inc. Address P. 0. Box 87 Riverside, CA 92502-0087 Dated: May 14, 2001 CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 NON-COLLUSION AFFIDAVIT 4/24/01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ' State of California ' County of Riverside On May 14 2001 before me, Patricia Macias Notary Public, ' personally appeared Douglas J. Aadland ® personally known to me - OR- ❑ proved to me on the basis of satisfactory evidence to be the persons(s)whose name is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her{their authorized capacity(ies), and that by his/her heir ATRI"""��� signature(&)on the instrument the erson s or the PATRICIA #12575 r ( c Cammission#125731b entity upon behalf of which the person(&) acted, ' %'AYCcx­nrq, Notary Public-Califamia executed the instrument. Riverside County .` . - resPvnr24,2004� WITNESS my hand and official seal. Signature of Notary Public ' OPTIONAL Though the i formalton below is not required by law,it may prove valuable to persons relying on the docunent mad could prevent fia¢trhdent removal and reattachment ofthis form to another document i• ■ Description of Attached Document Title or Type of Document: Non-Collusion Affidavit Document Date: May 14, 2001 Number of Pages: 1 Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Douglas J.Aadland Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): Vice President Title(s): ❑ Partner- ❑ Limited ❑ General ❑ Partner- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee RIGHT THUMBPRNT ❑OP SIGNER G Trustee (� RIGHT THIIhOPRINT Guardian or Conservator Guardian or Conservator ElC Guardi OF SIGNER ❑ Other: TOPGPTHIRABHERE ❑ Other: TOP GP THUMB HERE Signer is Representing: Signer is Representing: E.L. Yeager Const Co Inc i ' CERTIFICATE OF BIDDER REGARDING _ AFFIRMATIVE ACTION PROGRAM The Bidder hereby certifies that he or she is in compliance with the Civil Flights Act of 1964, ' Executive Order No. 11246, The California Fair Employment Practices Act, and all other applicable Federal and State laws and regulations relating to equal opportunity employment. ' Bidder's Name: E. L. Yeager Const. Co. , Inc. ' Address P. 0. Box 87 Riverside, CA 92502-0087 ' Name and Title of Signer: Douglas J. Aadland, Vice President 2 5/16/01 ignature and Date i ' The above certification of the Bidder regarding its affirmative action program shall be filled out completely, signed, and submitted by each Bidder, and shall be a part of the Contract Documents. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 AFFIRMATIVE ACTION PROGRAM CERTIFICATE 4/24/01 BID FORMS- PAGE 10 CITY' 'PROJECT NO. 00-31 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: 9 OFESS/Oiv 1U/ 4jz GiQPQOV9 L. RGl�l� Z 14o. 5727 m Marcus L. Fuller, P.E. y� Bxp �ZI OI Associate Civil Engineer sq CIVIL �a�P Civil Engineer C 57271 OFCAU��� Approved by: David J. Barakian, P.E. City Engineer Civil Engineer C 28931 CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 4124/01 SIGNATURE PAGE 0 • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART 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 -- APPENDICES CDBG Project Sign Detail Standard Drawings Federal Supplement Federal Prevailing Wages CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 SPECIAL PROVISIONS 4/24/01 GENERAL CONTENTS- PAGE 1 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS, PHASE 4 CITY PROJECT NO. 00-31 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bid Bond (Bid Security Form) Bidder' s General Information Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 PART 1 CONTENTS 4124101 PAGE 1 CITY OF PALM SPRING• NOTICE INVITING BIDS For constructing Crossley Tract Street and Drainage Improvements, Phase 4 - City Project 00-31 N-1NOTICE IS HEREBY GIVEN that sealed bids for the Crossley Tract Street and Drainage Improvements, Phase 4, will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2 : 00 P.M. on May 22, 2001, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of street and storm drainage improvements consisting of: removal of existing asphalt concrete and Portland cement concrete pavement; construction of Portland cement concrete curb, curb and gutter, sidewalk, driveway approaches and driveways; roadway excavation and earthwork, construction of crushed miscellaneous base and asphalt concrete paving; construction of catch basins; and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject all 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 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs . N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A Contractor license at the time of submitting bids . N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 FEDERAL WAGE RATES: The general prevailing rate of wages by the Secretary of Labor are included in the Contract . If there is CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 NOTICE INVITING BIDS 4/24/01 PAGE 1 any difference between the State or Federal wages rates, the Contractor must pay the higher of the two rates . N-9 RETAINAGE FROM PAYMENTS: The' Contractor may elect to receive 100 percent of payments due under 'the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions, of Section 22300 of the Public Contract Code . N-10 FEDERAL NON-DISCRIMINATION PROVISION: Bidders shall comply with the President ' s Executive Order No. 11246 . N-11 FEDERAL INTEREST EXCLUSION: Any contract or contracts awarded under this Notice Inviting Bids are expected to be funded in part by a grant from the United States Government . Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Notice Inviting Bids or any resulting Agreement . This procurement will be subject to regulations contained in 40 CFR Part 33 and 35 . N-12 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: Ia) 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 at $50 .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 . (c) An additional fee of $25 . 00 will be charged for sets of documents sent by mail . N-13 ADDRESS AND MARKING OF BIDS,: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to , the 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 �� ( 25 200 By David J. Barakian, PE City Engineer City of Palm Springs CROSSLEY TRACT IMPROVEMENTS-PHASE CITY PROJECT NO 0031 NOTICE INVITING BIDS 4/24101 PAGE 2 • CITY OF PALM SPRINGS • INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE - a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (a) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 INSTRUCTIONS TO 4/24/01 BIDDERS-PAGE 1 materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. , (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such' means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 7 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. B. BID FORM -The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and any conflict between the words and figures, the words shall govern. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the Unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 at seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and ;the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq, of the California Public Contract Code. 11. QUANTITIES OF WORK - (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. ' (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided] that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 INSTRUCTIONS TO 4124/O1 BIDDERS -PAGE 2 12. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES -Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS -The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. - END OF INSTRUCTIONS TO BIDDERS- CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 INSTRUCTIONS TO 4/24/01 BIDDERS-PAGE 3 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART 11 -- SPECIAL PROVISIONS CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS, PHASE 4 CITY PROJECT NO. 00-31 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 CROSSLEY TRACT IMPROVEMENTS - PHASE 4 PART II--SPECIAL PROVISIONS CITY PROJECT NO. 00-31 GENERAL CONTENTS- PAGE 1 4/24/01 0 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT SPECIAL PROVISIONS CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS, PHASE 4 CITY PROJECT NO. 00-31 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1 .1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ( "Greenbook") , 2000 Edition, including , all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions . In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions . 1-2 LEGAL ADDRESS 1-2 .1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Barakian, P.E. , 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. CROSSLEY TRACT IMPROVEMENTS - PHASE 4 TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT N0. 00-31 4/24/01 SPECIAL PROVISIONS- SECTION 1 -PAGE 1 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 the City of Palm Springs. Owner - The Owner shall be the Agency' as defined above. - END OF SECTION - CROSSLEY TRACT IMPROVEMENTS - PHASE 4 TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO, 00-31 SPECIAL PROVISIONS - SECTION 1 - PAGE 2 4/24/01 SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed to the provisions of Section 6- 1, "Construction Schedule and Commencement of Work, '° Section 6- 7, "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications . After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. Said Work shall be diligently prosecuted to completion before the expiration of: 30 WORKING DAYS from the date specified in the Notice to Proceed from the City. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum_ set forth in the Agreement per day for each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2 .1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives. " 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers . If a corporate surety insurer is used, a certificate of authority to transact surety insurance in California issued by the Insurance Commissioner shall be submitted with the bonds . Concurrent with the filing of the CROSSLEY TRACT IMPROVEMENTS - PHASE 4 SCOPE AND CONTROL OF WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 2- PAGE 1 4/24/01 bonds with the City the following documents shall be submitted: (a) an original or certified copy of the unrevoked appointment, power of attorney, bylaws or other instrument entitling or authorizing the person who executed the bond(s) to do so; (b) a certificate from the Riverside County Clerk that the certificate of authority of the insurer has 'not been surrendered, revoked, canceled, annulled or suspended' or if it has, that renewed authority has been granted; and (c) a copy of the insurer' s most recent annual statement and quarterly statement filed with the Department of Insurance . 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5 .2 lof 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 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders' 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows : 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows : "2-7.1 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 CROSSLEY TRACT IMPROVEMENTS - PHASE 4 SCOPE AND CONTROL OF WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS-SECTION 2 - PAGE 2 4/24/01 such "technical data, ^ the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data, " or any conclusion drawn from any "technical data,, or any such data, interpretations, opinions or information. " 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor' s responsibility to protect all the existing survey monuments, benchmarks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor' s expense. Any existing monument shall not be disturbed. The Contractor' s surveyor shall maintain a survey location check on all existing monuments without cost to the City. The Contractor is advised that resetting of monuments shall be the responsibility of the Contractor' s surveyor, without cost to the City. Should the Contractor anticipate disturbance of any survey monuments, it shall notify the Engineer prior to removal . The Contractor' s surveyor shall provide and record appropriate Corner Record documents with the Riverside County Surveyor, as required by law. 2-7 SURVEYING - The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications . No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall CROSSLEY TRACT IMPROVEMENTS - PHASE 4 SCOPE AND CONTROL OF WORK CITY PROJECT N0. 00-31 4/24/01 SPECIAL PROVISIONS -SECTION 2-PAGE 3 be included in the price of the bid for the various items of the Contract . The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor_ , resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. Construction staking and layout (minimum requirement, unless not required or modified by the Engineer) includes, but is not limited to : 1 . Clearing and Grubbing: stake clearing and grubbing limits 2 . Rough Grade : Stake all grade; breaks and slopes at 100-foot stations 3 . Drainage Swales : Stake slope and flow line blue tops at 100- foot stations 4 . Storm Drain Lines, catch basins and associated structures : a. Manholes and inlets : Stake location, invert and cover grades b. Pipes and sleeves : Stake alignment and invert at 25-foot stations c . Record Drawing Survey: Survey and plot all pipes, sleeves and associated structures including location, invert, and cover grades . Deliver to the Engineer with Record Drawings, including elevations for all points . S . Subgrade : a. Rough Subgrade : Stake all section grade breaks Finish Subgrade : Stake blue tops at 50-foot stations at centerline and curb line (3 points) b. Curbs : Stake all curbs at 25-foot stations or less, where required c . Cross-gutters, spandrels and slabs : Stake all corners, intersections and grade breaks 6 . :Base Course : Stake blue tops at 25-foot stations at centerline and curb line (3 points) 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, land (6) compensation of the CROSSLEY TRACT IMPROVEMENTS - PHASE 4 SCOPE AND CONTROL OF WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 2- PAGE 4 4/24/01 Contractor. The Engineer' s decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans . All labor, materials, and equipment furnished shall be subject to the Engineer' s inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof . The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents. 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. 2 .12 SUBMITTALS The following provisions shall be added at the end of Paragraph 2-5 . 3 . 3 of the Standard Specifications : On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre-construction Conference and must CROSSLEY TRACT IMPROVEMENTS - PHASE 4 SCOPE AND CONTROL OF WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS-SECTION 2- PAGE 5 4/24/01 meet the approval of the Engineer before any payments can be made to the Contractor. - END OF SECTION - CROSSL.EY TRACT IMPROVEMENTS - PHASE 4 SCOPE AND CONTROL OF WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS-SECTION 2 - PAGE 6 4/24/01 • i SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3 . 2 . 3 of the 2000 edition shall be deleted in its entirety and the following substituted therefor: 3-2 PAYMENT 3-2 .1 Markup: The provisions of Subsection 3-3 .2 . 3 Markup, shall be amended to read as follows : (a) Work by Contractor. The following percentages shall be added to the Contractor' s costs and shall constitute the markup for all overhead and profit . 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2 .2 Contract Unit Prices: The provisions of Subsection 3- 2 . 2 . 1 of the Standard Specifications shall be revised to read as follows : 3-2 .2 .1 (a) Allowable Quantity Variations on Unit Price Contracts : In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2 .2 .1 (b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer' s Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order CROSSLEY TRACT IMPROVEMENTS - PHASE CHANGES IN WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS -SECTION 3 -PAGE 1 4/24/01 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 Eor 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 1=hat an adjustment will be made if requested in writing by the Contractor. 3-2 .2 .1 (c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer' s Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in !these Special Provisions, or such adjustment as will be asl agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be 1 determined as hereinafter provided, of the total pay quantity of the item, including CROSSLEY TRACT IMPROVEMENTS - PHASE 4 CHANGES IN WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 3 - PAGE 2 4/24/01 fixed costs . Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3 .2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer' s Estimate of the quantity for such item at the original Contract Unit Price . 3-2 .2 .1 (d) Eliminated Items on Unit Price Contracts: On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material . The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3 .2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - CROSSLEY TRACT IMPROVEMENTS - PHASE CHANGES IN WORK CITY PROJECT N0. 00-31 4/24l01 SPECIAL PROVISIONS - SECTION 3 -PAGE 3 SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1 . 6 of the Standard Specifications shall be amended to read as follows : Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal . " A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of ,Or Equals. " - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above . Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4 .2 MATERIALS 4-2 .1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 Placing Orders. - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said CROSSLEY TRACT IMPROVEMENTS - PHASE 4 CONTROL OF MATERIALS CITY PROJECT N0. 00-31 4/24/01 SPECIAL PROVISIONS-SECTION 4- PAGE 1 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 - CROSSLEY TRACT IMPROVEMENTS - PHASE 4 CONTROL OF MATERIALS CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 4-PAGE 2 4/24/0'1 SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following- full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications : "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities . Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. 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 . " CROSSLEY TRACT IMPROVEMENTS - PHASE CITY PROJECT NO. 00-31 UTILITIES 4124/01 SPECIAL PROVISIONS-SECTION 6 -PAGE 1 (b) Removal, Relocation, or Protection of Existing Utilities .The following provisions shall be ;added to the end of Section 5-5 of the Standard Specifications': "If the Contractor, while ,performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price. " 5-2 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information ,available to the City. The Contractor shall verify these locations . During construction of the! Work, some of the existing utilities may fall within the prism of trenches . If the existing utility does fall within the Contractor' s trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc . , shall be per the utility owner' s requirements . The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities . 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. 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 - CROSSLEY TRACT IMPROVEMENTS - PHASE 4 UTILITIES CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 5 -PAGE 2 4/24/01 SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIMES OF OPERATION 6-2 .1 Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7 : 00 a.m. to 3 :30 p.m. , Monday through Friday, with no work allowed on City- observed holidays, unless otherwise approved by the Engineer: 1 . Powered Vehicles 2 . Construction Equipment 3 . Loading and Unloading Vehicles 4 . Domestic Power Tools 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct : CITY OF PALM SPRINGS TOM Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Ralph R. Meraz (760) 202-4259 SOUTHERN CALIFORNIA GAS COMPANY Attention: Mr. Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 340-1312, ext. 257 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 CROSSLEY TRACT IMPROVEMENTS - PHASE 4 PROSECUTION, PROGRESS, CITY PROJECT NO. 00-31 AND ACCEPTANCE OF THE WORK 4/24/01 SPECIAL PROVISIONS- SECTION 6-PAGE 1 SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference . - END OF SECTION - PROSECUTION, PROGRESS, CROSSLEY TRACT IMPROVEMENTS - PHASE 4 AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 00-31 SPECIAL PROVISIONS -SECTION 6 -PAGE 2 4/24/01 • s 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 available to any interested party on request . The Contractor shall post a copy of such determination at each job site . CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 4/24/01 SPECIAL PROVISIONS-SECTION 7 -PAGE 1 The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as ' determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it . 7-4 Travel and Subsistence Payments . - As required by Section 1773 . 8 of the California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article . To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids . 7-5 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777 . 5 and 1777 . 6 of the California Labor Code relating to employment of apprentices on public works . 7-6 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the 'State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice . 7-7 Retain.age 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 payment retention, provided by the City between the escrow agent CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 SPECIAL PROVISIONS -SECTION 7 - PAGE 2 4/24/01 • 0 and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit . 7-8 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous [Taste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 4 feet below the surface, shall be subject to the following conditions : the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions . (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-9 Resolution of Construction Claims, - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non- binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract . Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request . The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, if the amount of the CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO, 00-31 4/24/01 SPECIAL PROVISIONS-SECTION 7-PAGE 3 claim is more than $50, 000, but less than $375, 000 . If further documentation is requested, the ,City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than $50, 000, but less than $375, 000, and further documentation is requested by the City, the City , shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City' s response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute . The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first . The City shall schedule the meet and confer conference within 30 days of the request . If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-10 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete . Where the said Section 1717 requires the services of a civil engineer ' registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for ' these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents . 7-11 Payroll Records; Retention; Inspection; Noncompliance Penalties; , Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security, number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-11, 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 CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 SPECIAL PROVISIONS -SECTION 7 - PAGE 4 J 4/24/01 • inspection, or furnished to the employee, or his or her authorized representative on request . 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations . 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement . If the requested payroll records have not been provided pursuant to Section 7-11, 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 7-11, 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- 1. 12 , 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 . CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 SPECIAL PROVISIONS-SECTION 7- PAGE 5 4/24/01 In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident ' after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the! Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due . A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made; and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee ' s address and social security number need only appear on the first payroll on which his or her name appears . The payroll shall be accompanied by a "Statement of Compliance, signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract . The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. 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. 7-1.2 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 . CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 7- PAGE 6 4/24/01 The limits of liability for insurance, as required by Section 7- 3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations : 1. Workers ' Compensation: a) State: Statutory Amount Or minimum $ 1, 000, 000 b) Employer' s Liability: $ 1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $ $ 1, 000, 000 Annual Aggregate 3 . Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $ 1, 000, 000 Each Person $ 1, 000, 000 Each Occurrence b) Property Damage $ 1, 000, 000 Each Occurrence Or a combined single limit of $ 1, 000, 000 7-13 PERMITS 7-13 .1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City' s Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can CROSSLEY TRACT IMPROVEMENTS - PHASE 4 RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 SPECIAL PROVISIONS-SECTION 7- PAGE 7 4/24/01 be obtained from the City of Psalm Springs, Business License Office, 3200 Tahquitz Canyon Way, ', Palm Springs, CA. 92262 , (760) 323--8289 . 7-13 .2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. - END OF SECTION - CROSSLEY TRACT IMPROVEMENTS - PHASE 4 ; RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 00-31 SPECIAL PROVISIONS - SECTION 7 -PAGE S 4/24/01 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - CROSSLEY TRACT IMPROVEMENTS- PHASE 4 FACILITIES FOR AGENCY PERSONNEL CITY PROJECT N0. 00-31 4/24/01 SPECIAL PROVISIONS-SECTION S- PAGE 1 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheet (s) , as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA) . No separate payment will be made for any item that is not specifically set forth in the Bid Sheet (s) , and all costs therefor shall be included in the prices named in the Bid Sheet (s) for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct . Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages . Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment . All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment . All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor' s conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and materialmen 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 materialmen. 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3 . 1 shall be DELETED and the following substituted therefor: CROSSLEY TRACT IMPROVEMENTS - PHASE 4 SPECIAL PROVISIONS CITY PROJECT NO. 00-31 MEASUREMENT AND PAYMENT 4/24/01 SECTION 9-PAGE 1 At the expiration of 35 days after 'acceptance of the Work by the City Council, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2 .1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet (s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet (s) are supplied only to give an indication of the general scope of the Work'',. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items . 9-2 .2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 10 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet (s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. ',l shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items : 1 . Moving onto the site of all Contractor' s plant and equipment required for the first month' s operations . 2 . Installing temporary construction power, wiring, and lighting facilities per Paragraph 7-8 . 5, "Temporary Light, Power, and Water" of the Standard Specifications and these Special Provisions . 3 . Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8 .4 , "Sanitation" of the Standard Specifications . SPECIAL PROVISIONS CROSSLEY TRACT IMPROVEMENTS - PHASE MEASUREMENT AND PAYMENT CITY PROJECT NO. 00-31 SECTION 9 -PAGE 2 4/24/01 0 4 . Obtaining and paying for all required bonds, insurance, and permits . 5 . Posting all OSHA-required notices, and establishment of OSHA-approved safety programs . 6 . Having the Contractor' s superintendent at the job site full-time . 7 . Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications . 8 . Constructing and erecting the CDBG project sign as specified in Section 10 . 9 . Videotaping the sewer within the project limits before and after construction and submitting the videotape to the City' s Engineering Department for their review. Only video of the existing sewer system taken before construction must be submitted to the City Engineer prior to payment for mobilization. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5 .3 , "Shop Drawings and Submittals" of the Standard Specifications . No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300 . - END OF SECTION - SPECIAL PROVISIONS CROSSLEY TRACT IMPROVEMENTS- PHASE 4 MEASUREMENT AND PAYMENT CITY PROJECT NO. 00-31 SECTION 9-PAGE 3 4/24/01 SECTION 10 -- CONSTRUCTION DETAILS 10-1 CDBG SIGN 10-1.1 GENERAL. - The Contractor shall construct, erect, and maintain a 6-foot wide by 2-foot high, rectangular, painted construction sign prominently on the north side of 341h Avenue at Lawrence Street, outside of any proposed work area. The sign shall be installed within 7 days of the execution of the Contract, and the Contractor shall maintain-the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. 10-1.2 SIGN MATERIALS. - The sign board shall be constructed of a single sheet of High Density Overlay exterior type plywood, Grade Designation APA HDO EXT. The sign board shall be trimmed to 6 foot by 2 foot size and shall be of all new material . Sign posts shall be two 4 by 4 inch Redwood posts. 10-1.3 FABRICATION. - The sign board shall be securely bolted to the support posts using three 1/4-inch carriage bolts through each sign post, with the smooth bolt head located at the face of the sign. 10-1.4 PROTECTIVE COATING. - All paint shall be weather-proof, non-fading enamel . Sign board surface shall be prepared with an enamel undercoat prior to application of the base coat . Lettering shall be in a dark brown color on a tan background. Lettering sizes shall be sized so as to be capable of being read at a distance of not less than 50 feet . Sign posts shall be treated with linseed replacement oil tinted with redwood stain. 10-1.5 ERECTION. - The sign shall be erected in a prominent location along the street frontage, and shall be located such that it will not be subject to damage from equipment or vehicles working at the project site . The sign board shall be mounted so that the lower edge will be 4 feet above the ground. The 4 by 4 posts to which the sign board is mounted shall be securely buried not less than 36 inches into the ground. No concrete shall be used to secure the sign posts . 10-1.6 SIGN LETTERING. - The sign shall contain the following words in the top portion of the sign in smaller letters : A Cooperative Project of the City of Palm Springs and the U.S. Department of Housing and Urban Development The sign shall contain the following words in the largest letters : CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00.31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10- PAGE 1 CROSSLEY TRACT STREET AND DRAINAGE IMPROVEMENTS - PHASE 4 PALM SPRINGS,' CALIFORNIA CITY OF PALM SPRINGS ENGINEERING DEPARTMENT (CONTRACTOR NAME) Underneath in smaller letters shall be the following words : U.S. Department of Housing and Urban Development Community Development Block Grant Program Equal Opportunity -- Affirmative Action Employer Executive Order 11246 and ',Section 3 of Housing and Urban Development Act of 1968 . The sign planning, appearance, and layout shall substantially conform to the sketch included in ,Appendix A, and shall be subject to the approval of the Engineer. The sign shall be placed into its final position as a part of the work of Initial Mobilization, as specified in Section 9 . 10-1.7 SIGN MAINTENANCE. - Project sign shall be maintained in good condition by the Contractor at all times during the entire contract . In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-erect, and/or repaint the sign, as required. All such repair or 'maintenance shall be completed promptly within 5 days of any such damage to the full satisfaction of 'the Engineer. 10-1. 8 PAYMENT. - Full compensation for furnishing, erecting, maintaining, and removing the construction project funding identification sign shall be considered as included in the contract lump sum price paid for mobilization and no additional compensation will be allowed therefore. 10-2 Record Drawings The Contractor shall keep a complete set of record drawings at the job site . The Construction Plans shall be legibly marked showing each actual item of record construction including: 1 . Measured depths of elements inlrelation to fixed datum points . 2 . Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements . 3 . Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. CRO:3SLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS- SECTION 10 - PAGE 2 • r 4 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications . 5 . Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans . The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request . The Contractor' s progress payment will not be approved unless project record drawings are current. 10-3 TRAFFIC CONTROL 10-3 .1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety, " of the Standard Specifications . 10-3 .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. 10-3 .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. 10-3 .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. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10-PAGE 3 10-3 .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 . 10-31 . 6 Traffic Disruptions . -- For all road closures, road detours, lane closures, and all night operations (if allowed) , the Contractor shall obtain written ' approval from the Engineer a minimum of 2 working days prior t'o the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. 10-3 .7 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open at all times, and shall provide appropriately licensed, trained and certified flagmen to direct local traffic around the work site if required. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic . 10-3 . 8 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the Special Provisions, or as directed by the ,Engineer. Payment for such work shall be included in the Bid Item ',price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefor. 10-3 .9 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards . All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements . Local access shall be maintained to all properties fronting the Work at all times . 10-3 .10 Parking and Access . - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. 10-3 .11 Pedestrians . - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone . These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefor. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10- PAGE 4 10-3 .12 Public Safety During Non-Working Hours. - Notwith- standing the Contractor' s primary responsibility for safety at the site of the work when the Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-3 .13 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions. Payment for traffic control will be included in the lump sum bid item for traffic control, which price shall include full compensation for completion of all such work as required hereunder. 10-4 EARTHWORK 10-4 .1 Clearing and Grubbing. - All clearing and grubbing shall conform to Sections 300-1 . 1, 300-1 .2, and 300-1 . 3 of the Standard Specifications . Clearing and grubbing shall consist of removing all existing objectionable materials in the area of the proposed Work to the satisfaction of the Engineer, including relocation of existing fences, corrugated metal storm drain inlets, and removal or relocation of existing improvements not specifically designated on the plans, in the Bid Schedule, or in these special provisions. Said objectionable materials shall be hauled away and properly disposed of. 10-4.1.1 Existing Facilities. - It shall be the Contractor' s responsibility to protect all existing improvements not designated for removal . Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc. , that is not designated for removal as part of the Contract, repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents. The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS - SECTION 10-PAGE 5 Damaged or removed traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-4:.1.2 Rights of Way. - The Contractor shall not do any work that. would affect any oil, gas, ' sewer, or water pipeline; any telephone, television, telegraph, or electric transmission line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same . Maintaining in Service : All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable . The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. 10-4 .1 .3 Payment. - Payment for , clearing and grubbing shall be considered as included in the various bid items of work, and no additional compensation will be made therefore . 10-4 .2 REMOVALS 10-4 .2 .1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The ,Contractor shall provide this information at the Pre-Construction Conference . The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner' s approval . 10-4 .2 .2 Asphalt Concrete Pavement - Removal of existing asphalt concrete pavement, including as concrete pavement dikes, berms, and driveways, shall be done to neatly sawed edges, as shown on the plans or as directed ,by the Engineer. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO. 00-31 CONSTRUCTION DETAILS 4/24101 SPECIAL PROVISIONS - SECTION 10 - PAGE 6 Payment for removal of asphalt concrete pavement will be made at the unit price bid per square foot for `Remove Existing A.C. Pavement" , which price shall constitute full compensation for saw- cutting, removal and disposal of all resulting materials and no additional compensation will be made therefore. 10-4.2 .3 Portland Cement Concrete - Portland cement concrete shall be removed to neatly sawed edges, with saw cuts made to a minimum depth of one-half the thickness of said concrete . Concrete sidewalk, access ramps, driveways, or planter areas to be removed shall be neatly sawed in straight lines, either parallel to the curb or at right angles to the alignment of the existing concrete flatwork. Concrete shall be sawcut to the nearest cold joint, weakened plane joint, or expansion joint in all directions, regardless of panel size or the distance from sawcut to joint . Payment for removal of Portland cement concrete pavement will be made at the unit price bid per square foot for "Remove Existing Concrete Pavement" , which price shall constitute full compensation for saw-cutting, removal and disposal of all resulting materials and no additional compensation will be made therefore . 10-4 .3 Unclassified Excavation 10-4 .3 .1 Unclassified Excavation. - Unclassified excavation shall consist of all excavations, including roadways, unless separately designated. 10-4 .3 .2 Selected Materials. - The text of Subsection 300-2 . 7 of the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted. " 10-4.3 .3 Payment. - Payment for all unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation will be made therefor. 10-4 .4 Unclassified Fill 10-4 .4 .1 Unclassified Fill. - The Work shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications . However, the top 12 inches of subgrade and topsoil shall have a minimum relative compaction of 95 percent . CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4124/01 SPECIAL PROVISIONS -SECTION 10-PAGE 7 10-4.4 .2 Payment. - Payment for all unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be made therefore . 10-5 SUBGRADE PREPARATION 10-5 .1 Subgrade Preparation. Preparation of subgrade shall conform to Section 301-1 . 2 of the "Greenbook" Standard Specifications . The subgrade shall have a minimum thickness of 24 inches . Pavement is to be placed 'on a crushed miscellaneous base . The top 6 inches of subgrade material shall be compacted to a relative compaction of 95 percent in accordance with the City of Palm Springs Street Pavement Requirements Standard Drawing Number 110 . However, subgrade material where curb, gutter, and sidewalk is to be laid shall be compacted, to a relative compaction of 90 percent in agreement with Section 301-1 . 3 of the "Greenbook" Standard Specifications . There are manholes and valve covers within the project . The Contractor shall set the manholes and valve covers to finished grade . 10-5 .1.1 Grade Tolerance. Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0 . 05 feet above or below the grade established on the project plans . 10-5 .1.2 Watering. Water for use in subbase preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits . Water shall be applied to compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process . 10-5 .1.3 Payment. - Payment for preparation of subgrade shall be considered as included in the various bid items of work, and no additional compensation will be made therefore . 10-6 CRUSHED MISCELLANEOUS BASE 10-6.1 Material. - All baste material shall be crushed miscellaneous base that has been, either imported to the site or derived from pulverizing existing, asphalt concrete pavement. 10-6. 1 . 1 Imported Base Material:, - Imported base material shall conform to Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications . 10-6 .1 .2 Pulverized Base Material . - The Contractor may elect to pulverize existing asphalt concrete pavement to be reused as base material . Pulverized base material shall be crushed such that the CROSSLEY TRACT IMPROVEMENTS-PHASE CITY PROJECT NO. 00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10 - PAGE 8 material is in substantial conformance to the size and Specifications for crushed miscellaneous base in Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications . Pulverized base material shall, as a minimum, contain no material larger than 1-1/2 inches in size, and have a gradation which resembles the grading shown in the Standard Specifications, Table 200-2 . 4 . 2 (A) , Fine. Although deviation from the specifications will be allowed, the Engineer will review all pulverized base material to determine its suitability for the intended use, and may require additional pulverization, removal, and replacement if the material is not found in substantial conformance with the specifications for crushed miscellaneous base. 10-6.2 Preparation. - Preparation of the base material shall conform to Section 301-2 "Untreated Base" of the Standard Specifications . 10-6.3 Measurement. - Measurement for payment of crushed miscellaneous base shall conform to Section 301-2 . 4 of the Standard Specifications . The quantity listed in the Bid Schedule is an estimate of the total weight of crushed miscellaneous base necessary for the Work, excluding any reuse of pulverized asphalt concrete pavement. If the Contractor elects to reuse existing asphalt concrete pavement, measurement for payment of crushed miscellaneous base shall consist of only the total weight of imported crushed miscellaneous base, and shall exclude the weight of any reused asphalt concrete pavement. Reused asphalt concrete pavement shall only be paid for as part of the price bid per square foot for "Remove Existing A. C. Pavement ." 10-6 .4 Payment. - Payment for crushed miscellaneous base shall be made at the price bid per ton for "Construct Crushed Miscellaneous Base" for imported base material. Payment shall include full compensation for construction of crushed miscellaneous base including all material, pulverizing existing asphalt concrete pavement (if included) , labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions . 10-7 ASPHALT CONCRETE 10-7 .1 Asphalt Concrete Pavement. Asphalt concrete pavement shall be laid in one lift of 2" , 2W' or 3" thickness, as required and indicated on the project drawings. The material ,shall conform to type C2-AR4000 asphalt concrete pavement . This mixture of asphalt concrete shall be placed on a prepared base . All asphalt concrete pavement construction shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications. CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10-PAGE 9 10-7 .2 Aggregate Sampling and , Mix Design. Laboratory tests may be performed at the expense! of the City to determine if aggregates at the plant fall within specifications . Correction to sieves may be necessary if proper percentages are not met . 10-7 .3 Tack Coat. Tack coat shall be a SS-1h emulsified asphalt and it shall be applied 'to all clean, existing asphalt areas prior to overlaying with new asphalt concrete . The cost of tack: coat shall be included in the price for asphalt concrete overlay, and no additional payment, will be made therefor. 10-7 .4 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5 . 5 "Distribution and Spreading" and Section 302-5 . 6 "Rolling" of the Standard Specifications . 10-7 .5 Adjustment of Manholes to Grade. Manholes (sewer or storm drain) shall be adjusted to, grade where shown on the plans in accordance with City of Palm Springs Standard Drawing No.402 . During adjustment, the Contractor shall cover all sewer and storm drain mainlines to prevent construction debris from falling into the systems . The Contractor shall be responsible for all construction debris that enters the sewer or storm drain system, and shall clean and flush all debris from the systems to the satisfaction of the City Engineer. 10-7 .6 Adjustment of Water Valves to Grade. The Contractor shall adjust the water valve covers to grade where shown on the plans in accordance with Desert Water Agency and City of Palm Springs standards . 10-7 .7 Measurement and Payment. Asphalt Concrete Pavement. Payment for asphalt concrete pavement shall be made at the unit price bid per square foot for "Construct 2" A. C. Pavement" , "Construct 2LY" A. C. Pavement" , or "Construct 3" A.C. Pavement," as shown on the plans, as specified in the standard specifications, in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete pavement, and all costs therefore shall be included in the unit price bid for asphalt concrete pavement. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance with the standard specifications and these special provisions . Adjustment of Manholes. Payment for adjustment of manholes to grade shall be made at the contract unit price per manhole for "Adjust Manhole to Grade," per City of Palm Springs Std. Dwg. 402, CROSSLEY TRACT IMPROVEMENTS-PHASE CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4124/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 10 0 complete in place, including protection and cleaning of the existing sewer or storm drain system, all excavation, backfill, removal and replacement of manhole frame and cover, removal and/or addition of filler rings, mortar, disposal of waste or excess materials, as required in C.P.S . Std. Dwg. 402 and as directed by the Engineer. Adjustment of Water Valve Covers. Payment for adjustment of water valve covers to grade shall be made at the contract unit price bid per valve for "Adjust Water Valve to Grade," and no additional compensation will be allowed therefore. 10-8 PORTLAND CEMENT CONCRETE 10-8 .1 Material . Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new curb, gutter, cross gutter, spandrels, access ramps, and sidewalk. Where class and type are not specified in the standard drawings or plans, Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. 10-8 .2 Curbs. Construction of new curb or curb and gutter shall conform to the City of Palm Springs Curb Standard Drawing Number 200 . Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction. Type A1-6 Curb or Type A2-6 Curb and Gutter shall be constructed to the dimensions as specified in the City' s Standard Drawing but, application details and other specifications not explicitly shown or stated in the City' s Standard Drawing, shall conform to Section 303-5 the Standard Specifications . 10-8 .3 Sidewalks. Sidewalk material shall be Portland cement concrete of type 560-C-3250 (6 Sack) . Construction of sidewalk shall conform to the City of Palm Springs stand Drawing Number 210, except that a minimum of 48-inches of clearance around all above ground utilities, improvements, and mailboxes shall be provided. The Contractor shall construct the sidewalk to the width (if greater than 5-feet) necessary to meet this requirement where obstructions, including mailboxes, exist or are installed within the sidewalk area. Application details and other specifications not explicitly stated or shown in the City' s standard drawing shall conform to Section 303-5 of the Standard Specifications . 10-8 .4 Driveways. Construction of Portland cement concrete driveways shall be constructed of 4-inch thickness at the locations shown on the plans . Driveways shall adequately match existing driveways onsite, and shall not exceed 10% maximum slope . Approximate driveway slopes are indicated on the project drawings . Application details and other specifications shall conform to Section 303-5 of the Standard Specifications . CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10- PAGE 11 10-8 .5 Driveway Approaches. Construction of driveway approaches shall conform to the ', City of Palm Springs Driveway Approach Standard Drawing Number I,201 . The details specified in this Standard Drawing shall govern, but application details and other specifications not explicitly stated or shown on this Standard Drawing, or on the Construction Plan shall conform to Section 303-5 of the Standard Specifications . 10-8 . 6 Curb Ramps. Construction of access ramps shall conform to the City of Palm Springs Type A Curb Ramp Detail Standard Drawing Number 212 . This ramp detail conforms to ADA standards as called for in the Plans . The details specified in this Standard Drawing shall govern, but the Construction Plans shall be referred to for application location details . ADA standards shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springsl Standard Drawing. Construction material and application details shall conform to Section 303-5 of the Standard Specifications . 10-8 .7 Adjustment of Water Meter Box to Grade. - Existing water meter box frames and covers shall be adjusted to finish grade per Desert Water Agency' s standards and specifications . 10-13 . 8 Vandalism. The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by , the Contractor, as required and directed by the City Engineer. 10-8 .9 Measurement and Payment,. - Payment for construction of Portland cement concrete items will be based on the unit prices bid for the items shown in the bid schedule, for Portland cement concrete items constructed complete in place as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. Curbs. Payment for construction, of Type Al-6 curb or Type A2-6 curb and gutter will be made at the unit bid price per linear foot for "Construct Type A1-6 Curb" or "Construct Type A2-6 Curb and Gutter" , complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore . Sidewalk. Payment for construction of sidewalk will be made at the unit bid price per square foot for "Construct P.C. C. Sidewalk," complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore . CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CONSTRUCTION DETAILS CITY PROJECT NO, 00-31 4124101 SPECIAL PROVISIONS -SECTION 10- PAGE 12 Driveways. Payment for construction of driveways will be made at the unit bid price per square foot for "Construct P.C. C. Driveway," complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore . Driveway Approaches. Payment for construction of driveway approaches will be made at the unit bid price per square foot for "Construct P. C. C. Driveway Approach," complete in place as shown on the plans, as specified in the Standard ,Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. Curb Ramps. Payment for construction of Type A curb ramps will be made at the unit bid price per ramp for "Construct Type A Curb Ramp," complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. Water Meter Boas Adjustments. Payment for adjustment of water meter box frames and covers will be made at the unit bid price per meter box for "Adjust Water Meter Box to Grade, " complete in place as shown on the plans, and as directed by the Engineer, and no additional compensation will be allowed therefore. Payment for P. C. C. items shall include full compensation for construction of P.C.C. items including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions . No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, removal and replacement of vandalized concrete, and all other appurtenant items for which separate payment is not specifically provided in the bid. 10-9 STORM DRAINAGE 10-9 .1 Catch Basins. - The Contractor shall construct catch basins and local depressions, at the locations and dimensions specified in the project drawings, in conformance with Riverside County Flood Control and Water Conservation District standards . Portland cement concrete used in the construction of catch basins shall be Type 5GOC-3250, in accordance with the Standard Specifications . The Contractor shall remove and salvage to the City yard the existing corrugated metal storm drain inlets. 10-9 .2 Payment. - Payment for construction of catch basins and local depressions shall be made at the unit price bid per catch CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4124/01 SPECIAL PROVISIONS -SECTION 10- PAGE 13 basin for "Construct 4 ' Wide Catch Basin and Local Depression" or "Construct 7 ' Wide Catch Basin and Local Depression," and shall constitute full compensation for removal and salvage of the existing corrugated metal storm drain inlets, construction of catch basins and local depressions, complete and in place, including excavation and backfill,, disposal of waste, connections to pipes, manholes, and all appurtenant materials specified in the referenced standard drawings, and no additional compensation will be allowed therefore . 10-10 TRAFFIC SIGNAGE 10-10 . 1 Relocation and Installation. - The Contractor shall be responsible for the removal and relocation of all existing signs and posts, and the provision and installation of all new regulatory, warning, and guide signs and posts as shown on the Drawings and as specified in the Special Provisions. The Contractor shall also be responsible for removal and salvage to the City' s Corporation Yard of all existing signs and posts, as shown on the Drawings and as specified in the Special Provisions . The Contractor shall execute the utmost care to not damage the existing signs, and the Contractor shall replace any damaged signs at its expense . Installation of traffic signs shall conform to City of Palm Springs Standard Drawing Number 620 . 10-10 .2 Sign Post and Sleeve Installation. - New and relocated signs shall be installed using new Telespar posts and anchor sleeves except as where shown on the Drawings . Sign posts shall be 2-inches wide by 2-inches deep and of sufficient length to extend from the top of the sign (s) to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 feet of clearance between the finished grade elevation and the bottom of the lowest sign. The anchor sleeve shall extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2- 1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing 2 "Unistrut, " No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive rivets specified herein. 10-10 .3 Payment. Payment for relocation of existing traffic signs or installation of new traffic signs shall be made at the unit bid price per sign for "Relocate Traffic Sign" or 'Install Traffic Sign, " for signage complete and fully installed, as indicated on the plans and specified in the standard specifications and these special provisions, and shall include full compensation for relocating existing traffic signs and/or providing and installing new signs and new or existing telespar posts & sleeves, and all other appurtenant work. CROSSLEY TRACT IMPROVEMENTS-PHASE CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24l01 SPECIAL PROVISIONS- SECTION 10- PAGE 14 10-11 TRAFFIC STRIPING 10-11.1 Pavement Markings -- Pavement markings shall conform to the provisions in Section 210-1 . 6 . 1 "General" and 210-1 . 6 . 2 "Thermoplastic Paint, State Specifications, " of the Standard Specifications and these Special Provisions . 10-11.2 Applying Pavement Markings - Traffic legends shall be applied in accordance with section 310-5 . 6 of the standard specifications . 10-11.3 Compatibility. - The Contractor shall use State metric stencils for all legends and arrows in the Work, and said stencils shall conform to the latest Bureau of Public Roads standards . The Contractor shall contact the Traffic Maintenance Supervisor of the City at (760) 323-8167 a minimum of 2 working days before any legends are painted on City streets, to ensure that the patterns the Contractor is using match the patterns used by the City. No other patterns will be allowed except those patterns that match those patterns used by the City. The Contractor shall install the stop bar and legend at the location shown on the plans, in conformance with City of Palm Springs Standard Drawing Number 625 . 10-11 .4 Payment. - Payment for painting of stop bars and "Stop" legends will be made at the unit bid price per location for "Paint Stop Bar and `Stop' Legend," complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. 10-12 - MAILBOXES Existing mailboxes shall be removed and new mailboxes installed as shown on the plans, in accordance with the City of Palm Springs Standard Drawing Number 903 . New posts and mailboxes shall be provided at each location. A minimum of 48-inches of clearance from the back of the mailbox to the back of the sidewalk shall be provided for where mailboxes are installed. The Contractor shall provide for a wider sidewalk around mailboxes as necessary to meet this requirement . Existing mailboxes and posts shall be disposed of by the Contractor. All new mailboxes shall be white and the same make and model . The Contractor shall place all new mailboxes on the same day that the existing mailboxes are removed, such that postal delivery service is not disrupted for the affected private properties. Access to mailboxes for delivery and mail retrieval shall be maintained at all times . Payment for mailbox removals and installations shall be made at the unit bid price per mailbox for " Install Mailbox," and shall include full compensation for all work specified in these specifications, including removing existing mailboxes, furnishing CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 CONSTRUCTION DETAILS 4/24/01 SPECIAL PROVISIONS-SECTION 10- PAGE 16 and installing new mailboxes, posts, and disposing of existing mailboxes and posts, and temporary relocations of existing mailboxes as required to maintain postal delivery service . END OF SECTION - CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CONSTRUCTION DETAILS CITY PROJECT NO.00-31 4/24/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 16 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART III - APPENDIX CROSSLEY TRACT STREET AND STORM DRAIN IMPROVEMENTS, PHASE 4 CITY PROJECT NO. 00-31 CDBG Project Sign Detail City of Palm Springs Standard Drawing No's 110, 200, 201, 210, 212, 212A, 402, 620, 625, and 903 Riverside County Flood Control & Water Conservation District Standard Drawing No.'s CB 100 and LD201 Federal Supplement Federal Prevailing Wages CROSSLEY TRACT IMPROVEMENTS-PHASE 4 CITY PROJECT NO.00-31 - CONTENTS 4/24/01 PART III 6' A COOPERATIVE PROJECT OF THE CITY OF PALM SPRINGS • AND THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT PROJECT NAME: ENGINEER: 2' CONTRACTOR: FUNDED BY: U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM EQUAL OPPORTUNITY-AFFIRMATIVE ROWN ACTION EMPLOYER EXECUTIVE ORDER 11246 AND SEC-PON 3 OF THE HOUSING ETTERS AND URBAN DEVELOPMENT ACT OF 1968. TAN. BACKGROUND PROJECT SIGN N0. 'IONS APPROVED DATE STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2.00% CENTERLINE TO LIP OF GUTTER 200% CENTERLINE TO LIP OF GUTTER � ASPHALT CONCRETE PAVEMENT OVER COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW P.C.C. CURB AND GUTTER PER C.P S STD. DWG. 200. STREET WIDTH CROWN HEIGHT 84' .84 76' 76 64' .64 52' .52 40' .40 36' .36 32 .32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE 11 LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION COLLECTOR AND SECONDARY STREETS: 3 INCHES OF ASPHALT CONCRETE 11 LIFT) OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION, MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE (2 LIFTS) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN, SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM ALL SECTIONS TO BE VERIFIED BY SOILS ANALYSIS BY LICENSED SOILS ENGINEER. 2. ASPHALT RUBBER HOT MIX IA.R.H.M.) IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER MIN 2" NEW CONSTRUCTION MIN. 1-1/2' CAP OVER EXISTING PAVEMENT 3 ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL a 5. A C. PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER CITY OF PALM SPRINGS APPROPl1U DATE: DEPARTMENT OF PUBLIC WORKS �Q 2 31 CITY ENGINEER R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY: S.J.C. I STANDARDS CHECKED BY: E.R.F DWG. NO. 110 NO, EVISIONS APPROVED DATE jR=21/2" R= 1/2" 6" 24" A. C. PVMNT. I I/2" R=I/2" 1/4" LIP (TYP.) 4 L N io Ci R=1.. V A. C. PVMNT. II 1� N � ,• �"17 1/2"�_ f 8"-•••� R=1/2" Al-6 Al-8 A2-6 A. C. PVMT. 24" N LIP (TYP.I ' N ro � R_I•. L N � R_I a A2-$ ONSITE ONLY ONSITE ONLY BI B2 24" 3 �1 3' 2... SLOPE _ I/2 SLOPE 8 I„R .. .. FLOWL)NE 6'•• OF GUTTER I/2" FIBER EXPANSION JOINT 6' CROSSGUTTER-SECONDARY THOROUGHFARE D1 Cl - END OF CURB 4 4' 4�,� 2 SLOPE ��I/2" SLOP8' CROSSGUTTER-MAJOR THOROUGHFARE NOTES: D2 , . . I. TYPES A-HIGH DIKE, AI-6, AND AI-8 ARE BARRIER CURBS. A-HIGH DIKE 2. TYPES A,B,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE, 560-C-3250 16 SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IE AR 80001 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5 ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS, 6. A.C. PAVEMENT SHALL BE 1/4" ABOVE LIP OF GUTTER. 7. EXPANSION AND WEAKENED PLANE JOINTS, SEE SECTION 303-5.4. SCORING 5 FEET MAXIMUM. SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET. CITY OF PALM SPRINGS APPROV DATE: DEPARTMENT OF PUBLIC WORKS 2 931 CITY ENGINEER R.C.E. DRAWN BY: S J C FILE NO. STANDARDS CURB AND GUTTER CHECKED BY: E.R.F. DWG. NO. 200 NO. REVISIONS APPROVED DATE SEE C.P.S. STD. DWG 200 "A' VARIES ►j AND STATE DIV OF HWYS 5..8. 1/4" PER FT. STD. A-2-8. --`_--_ I" LIP �- PE SLOPE 4' A.C. PVMT R i SECTION A-A I a' u~i 13 6 I SHOWN THUS ON PLAN r 4 A ..W.. v az BACK OF SIDEWALK ______ dB _____ � w \ 1 ______ � I I Y zF N 3 p w— CURB FACE I I� A� NOTES 1. ALL DRIVEWAYS SHALL BE G" THICK PORTLAND CEMENT CONCRETE. 2. MIX DESIGN SHALL BE 560-C-3250 16 SACK). 3 WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY 10' IMAX.I INTERVALS. 4. W/2 = A MINIMUM OF 5' ON RESIDENTIAL AND 12' ON ALL OTHERS 5, X=4' WITH 6' CURBS AND 5' WITH S' CURBS UNLESS OTHERWISE SHOWN ON PLANS CITY OF PALM SPRINGS A% VE.D: DATE 10 DEPARTMENT OF PUBLIC WORKS 'l�' 28931 CITY ENGINEER R C E DRAWN BY' M.V.H. FILE NO STANDARDS DRIVEWAY APPROACH CHECKED BY: E.R.F. DWG. N0. 201 Z O m H ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE I= ZONES R-2 THRU 8, C, AND M - B' d mn O ZONE R-1 - 5' A.C. PAVEMENT 4' MIN. SIDEWALK SLOPE = 1/4" 1' > 70Z HILLSIDE STREETS 2 x r 0 < ro FOR FINISH SEE SECTION 4" C C. CONC. SHALL BE A MINIMUM TAN LB. �n 303-5.5 OF THE STD. SPECS. CONCRETE IN ACCORDANCE WITH THE STANDARD � �y CURB 3 GUTTER FOR PUBLIC WORK CONSTRUCTION SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION t+y m Z SEE C.P.S. STD. DWG. 200 LATEST EDITION. LATEST EDITION (560-C-3250, 6 SACK). U] Z NOTES 1. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4.2 AND 303-5.4.3 OF THE o o STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR _ � n y m 1" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET. m y - n Dr 2. ORNAMENTAL SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER m z m p m x THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST o m Z O z EDITION AND ARE APPROVED BY THE PLANNING COMMISSION. w { P = 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO Z c PROPERTY LINE. m CURB 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF G0 0 0 z TO PROPERTY LINE. r r_ �1 m mr v 5. STREETS IN EXCESS OF 5 % SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS z D EVERY 400' WITH A MAXIMUM 2% SLOPE BEHIND THE SIDEWALK. y o o n z 6. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. -0 c m mo 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT z z o m COMMITTEE. m 0 m mA 8. SEE ALSO BIKEWAY REQUIREMENTS. o 1n 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. iV 3V p N y O o m W m m r N NO. REVISIONS APPROVED DATE BACK OF EXISTING SIDEWALK T APPROX. 3/4" VARIABLE HEIGHT RETAINING i 1/4 CURB IF NECESSARY AT EDGE I ' OF SIDEWALK (NOT NECESSARY } � WHERE EXISTING WALL IS ADJACENT TO EDGE OF SIDEWALK I I 1�4 "'7�- •'.•. •,`:•�`, ' !! GROOVING DETAIL 6" fay+ * SEE NOTE N0.1 OF 0��'� �—DWG. N0. 212—A PROVIDE EXPANSION JOINT / WHERE EDGE OF RAMP IS ��+`� EXIST. CURB AND GUTTER ADJACENT TO WALL (OR MONOLITHIC CROSS—GUTTER) y 4" OVERCUT 1 5/8" 0.45" a o00 0 o 0 0 --r°•s"I-- EXISTING P.C.C. SIDEWALK TRUNCATED DOMES REQUIRED IF RAISED TRUNCATED RAMP SLOPE IS LESS THAN 6.67R DOME PATTERN 10% MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING /EXIST. PCC SIDEWALK — — � CURD (IF NECESSARY) f—/— 4(TYP.) SECTION A—A VARIABLE HEIGHT RETAINING PL TOP OF RAMP (ROUNDED) CURB, IF NECESSARY EXIST. PCC SIDEWALK < I 72' OF cnoo,Es _ _ EXIST. PCC CURB AND +I 11 CROSSGUTT R;ONOLITHIC L 2%MAx.—� 8.33z MAx MATCH EXIST. PCC ... ...� r �� . GUTTER ((S) MIN. THICKNE$5) SECTION B—B 1 4" OVERCUT . NOTES: 1. P.C. CONIC. SHALL BE MINIMUM 560—C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (6 SACK). 2. SEE C.P.S. STANDARD DRAWING 212 A FOR GENERAL NOTES. N.T.S. CITY OF PALM SPRINGS APPROVED�� onrE: oDATE: o ENGINEERING DEPARTMENT 28931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE A DRAWN BY: G.F.F. FILE NO. STANDARD CHECKED BY: M.V.H. DWG. NO. 212 NO. REVISIONS APPROVED DATE GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FILL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN ON DRAWING NO. 213. 3. RAMPS SHALL HAVE A 12-INCFI WIDE BORDER WITH 1/4-INCH GROOVES APPROXIMATELY 3/4-INCH ON CENTERS. (SEE GROOVING DETAIL) 4. CURB RAMPS THAT HAVE A RAMP SLOPE FLATTER THAN 6.67% SHALL HAVE A DETECTABLE WARNING SURFACE (RAISED TRUNCATED DOMES) THAT EXTENDS THE FULL WIDTH OF THE RAMP AND 2' MINIMUM LENGTH. DETECTABLE WARNING SURFACES, AT THE OPTION OF THE CONTRACTOR, CONTRACTOR, SHALL BE CONSTRUCTED BY CAST-IN-PLACE OR STAMPED METHOD, OR CONSIST PREFABRICATED SURFACE 5. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 6. TRANSITION FROM RAMPS TO WALKS, GUTTERS, OR STREETS, SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. RAMPS IN CURB RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETURN, UNLESS OTHERWISE DIRECTED BY THE CITY ENGINEER. S. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM WTH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT TYPE B (DWG. NO.). 9. EXISTING CURB FACE HEIGHTS, SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM RAMP SLOPES SHALL CONTROL FINAL HORIZONTAL DIMENSIONS, 10. RAMPS SHALL BE MARKED IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER PRIOR TO SAW CUTTING. 11. THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE ANY INTERFERING UTILITY PULL BOXES, MANHOLES, VAULTS OR UNDERGROUND LIVE OR ABANDONED LINES. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY HIM TO EXISTING UTILITIES OR IRRIGATION LINES. 13. THE DETAILS SHOWN IN STD. DWG. NO. 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE SITUATION EXISTS. WHERE STREET GRADES SLOPE, STRICT ADHERENCE TO THE MAXIMUM SIDE FLARE SLOPE OF 10 PERCENT MAY NOT BE POSSIBLE TO ACHIEVE. IN SUCH CASES, THE SIDE FLARES WILL BE PERMITTED TO VARY DEPENDING UPON CURB GRADE. THE FOLLOWING TABLE LISTS THE APPROXIMATE SIDE FLARE DIMENSIONS CORRESPONDING TO INCREASING CURB GRADES (FOR 6-INCH AND B-INCH CURB HEIGHTS) IN ADHERENCE TO A.D.A. MAXIMUM ALLOWABLE SLOPES. SIDE FLARES IN EXCESS OF 20 FEET WILL NOT BE REQUIRED. 6-INCH CURBS 8-INCH CURBS CURB GRADE DOWNHILL SIDE UPHILL SIDE DOWNHILL SIDE UPHILL SIDE 0 (LEVEL) 4.0 FT. 4.0 FT. 5.0 FT. 5.0 FT. 2 PERCENT 4.0 FT. 4.4 FT. 5.0 FT. 6.0 FT. 4 PERCENT 4.0 FT. 5.4 FT. 4.0 FT. 7.4 FT. 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT. 8 PERCENT 4.0 FT. 10.2 FT. 4.0 FT. 13.9 FT. 10 PERCENT 4.0 FT. 18.3 FT. 4.0 FT. 20.0 FT. 12 PERCENT 4.0 FT. 20.2 FT. 4.0 FT. 20.0 FT. CITY OF PALM SPRINGS APPROVED: / L/ DATE: I W ENGINEERING DEPARTMENT /) y ` 28-31 CITY ENGINEER R.C.E. CURB RAMP - GENERAL NOTES DRAWN BY: G.F.F. FILE NO. STANDARDS CHECKED BY: M.V.H DWG. No. 212-A NO. REVISIONS APPROVED DATE P C CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND 1560-C-3250-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S. STD. DWG. NO. 400 10 1/4" Ilypl 0 C rp ASPHALT CONCRETPROVIDE 9" ADJUSTMENT PAVEMENT. THICKNESS 3-24"X3" GRADE RINGS AS SHOWN ON PLANS .. (ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.2.2 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. e NOTES: I. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO.S 1310/1", 1 1/4", 2", AND, 1312/1", 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (619) 474-8481. 2. MAXIMUM OF 3 GRADE RINGS. CfTY OF PALM SPRINGS APPROVEQ�41 ' DATE: ( 31 DEPARTMENT OF TRANSPORTATION CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: FILE NO. . RBJ STANDARD DETAIL CHECKED BY: DJ8 DWG. N0. 402 NO. REVISIONS APPROVED DATE RI 30" X 30" X OBO GAUGE ALUM. SIGN WITH HI-INTENSITY LETTERS 8 BACKGROUND COVERED WITH 3M 1150 l � m GRAFFITIE PROOF OVERLAY STOP 1 R 6' X 12 GAUGE GE ALUM. SIGN WITH HI-INTENSITY WAY z 66 m LETTERS a BACKGROUND �^ 90 LL COVERED WITH 3M 1150 0 ' w GRAFFITIE PROOF OVERLAY u a LL m Y J R Q ;p2 U 24' mg LL A IF S/W 0 < 5' w LL u 0 a LL Y Q m IF S/W"> 5' PLAN k2l m % FACE OF SIGN 2-1/4" x 2-1/4" x 30" 2-1/4 TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING SURFACE. EXISTING GROUND o 0 M 90% 0 POST INSTALLATION ELEVATION CITY OF PALM SPRINGS [APPROVEDjjr)�:­DATE: DEPARTMENT OF TRANSPORTATION Y ENGINEER R.C.E. WN Y: R.B.J ' STANDARDS STOP SIGN INSTALLATION CKED BY: E.R.F. NO. 620 NO. REVISIONS APPROVED DATE STOP BAR TO BE LOCATED IN THE MIDDLE OF TRANS. NEAREST THE B.C. 8' Sol HANDICAPPED RAMP CL OF ROAOWAY FACE of CURB 4' g� NOTE I STEP ALL STENCILS NON-RAMPED TO BE CAL. TRANS METRIC. ITEM TYPE CL OF ROADWAY STRAIGHT ARROWS TYPE I FACE of CURB CURVED ARROWS TYPE IV DROP ARROWS TYPE Vt SEE ATTACHED LIST.FOR ADDITIONAL SPECIFICATIONS. STOP BAIL � LEGEND DETAILS C� PAW u^p % City Of Palm Springs H Traffic Engineering Div. cfC/ te1 APPROVED EYS_ A. _,. 1411 2 S DEAN LEM TRAFFIC ENGINEER APP.C.C.RCS. Na. 04:EC CITY OF PALM %0 DEPARTMENT O EOS F COMMUNITY SPRINGS DEVELOPMENT ,`,` DATES CITY ENGINEER R.C.E. TRAFFIC LEGEND DETAIL DRAWN 13YS R B J I PILE No'SrANOAROS CHECICED EYS p L Iowa-NO- 625 i • NO. REVISIONS APPROVED DATE BACK OF CURB LINE MAIL BOX^ I, /� FACE OF N? IL BOX MAIL BOX POST I _ 4"X 4"WOOD OR 2 vz"0 G.I. PIPE N V STOP OF CURB 8 GUTTER SIDEWALK OR EXIST. GROUN AC PVMT. -►I: go MIN. NOTE_ MAIL BOX SHOULD BE VERTICAL 2000 P S.1. CONC. FOOTING IF NO COhC. SIDEWALK) MAIL BOX INSTALLATION DETAIL As approved by the Palm Springs Postmaster 8 City Engineer In 1975 APP C C NES Na GATED CITY OF PALM SPRINGS APPROVED DATE — DEPARTMENT OF COMMUNITY DEVELOPMENT _ 17 47 CITY ENGIN R R.0 E. DRAWN BYE ORRodcs FILE NO STANDARDS MAIL 80X INSTALLATION DETAIL CHECKED ev: Durc No 903 SEE STANDARD C B 103 MANHOLE FRAME AND COVER F(J CATCH BASINS CATCH BASIN OPENING - NORMAL CURB FACE +4 INCHES r UNLESS OTHERWISE SPECIFIED IP 4RLIDSEW � 4 / MEET EXISTING CURB \ 2 W4@2 w- . T ®w . •: QS"R 4.*'WARPED RIEET EXISTING PAVEMENT GUTTER YV SEE STANDARD DRAWN- NO. LD201 •• �• I• V FOR APPROPRIATE LOCAL DEPRESSION �41 NOTES 1. DIMENSIONS:UNLESS OTHERWISE SPECIFIED. /Y!\ _D v'o 6°0 W.7;e"d) W•la',12°(9W 21' V -SHALL BE SHOWN ON THE PLANS. W -SHALL BE SHOWN ON THE PLANS C 7 FOOT MIN.). T• 6 INCHES IF V IS 4 FEET OR LESS. PERSPECTIVE OF T. R INCHES IF V IS LESS THAN B FEET. T E 10 MICHES IF V IS B FEET OR MORE. CATCH BASIN ISO. 1 D YI{ NCHES UNLESS OTHERWISE SPECIFIED. A'°SO INCHES UNLESS OTHERWISE SPECIFIED. 2. STRUCTURAL CONCRETE SHALL BE CLASS A C.C. SEE 3T0. DiRAWNB C B H13 CATCH BASIN.INLET FOR DETAILS.) (6 SACK). ANCHOR i 3, THE REINFORCING STEEL SHALL BE NUMBER 4 .�It IA°R a°O DEFOPMED BARS. CLEARANCE SHALL BE 11/2 INCH i FROM THE BOTTOM OF THE SLAB.SEE NOTE 7. 3��}�fff •'�'! d'tr,Ne-ro-o-f+A L THE SURFACE OF ALL EXPOrZD CONCRETE SHALL -F- lT•- CACRC FACE CONFORM TO SLOPE,CAADE,COLOR,FINI SW AND SCORING IN THE EXISTING OR PROPOSED CURB AND WALK ADJACENT TO THE RASH.THE BASIN FLOOR CONIST.JOINT SHALL BE GIVEN A TOGHT WOOD FLOAT FINISH. != R CURVATURE OF THE LIP AND SIDEWALLS AT THE A° STEP:SEE MN 25O { A�'a' I'I-/ AND NOTES f$ TTECI OPENING SHALL NOT RE MADE BY c, a. ^ PLASTERING.THE OUTLET PIPE SHALL RE TAWNED �>Q °a TO FINAL SHAPE AND LENGTH BEFORE THE . 1 4'+ °�•e CONCRETE IS POURED. ° - 4 B. STEPS: 3/4 IHCH PLAIN ROUND GALVANISED STEEL STEPS °A .�°0°• SHALL BE INSTALLED 16 INCHES APART WHEN V �. ^ o °• EXCEEDS 4 FEET 6 INCHES. THE TOP STEP SHALL IO .4 'A OL 6 INCHES BELOW THE TOP SURFACE AND SHALL , DE ALL 2 1/2 OTHERCHES STEPS SHALL BE 4R FROM H INCHES SLOPE TO OUTLET CLEAR CI ♦G A• _ �� 1 —I- FROM THE WALL.ONLY ONE STEP 12 IRCHES FROM THE N FROM ALL DIRECTIONS 0 BOTTOM SHALL BE INSTALLED IF V IS 4 FEET {INCHES N A C OR LESS.ALL STEPS SHALL BE ANCHORED NOT LESS G _�_= THAN 4 INCHES INTO THE WALL OF THE DASIN• L • J. I ' ' �' • ` ' +. .N — 6. CURS,OUTTER AND LOCAL DEPRESSIONS SHALL BE N "o]''— ' I ° ,A . „•, CLASS B CONCRETE, I ) 7 SEF STANDARD DRAWING CB10{-'On TALL R FLOOR STEEL Z ITT I T .e.� NFFNFORCING. C U u SECTION A- A 4[ SEE STANDARD DRAWING -I No. I 108,SPEGWL CON7EDTIONB. NYISIONf ■1VI151" COUNTY FLOOD COM1o, PM![R N AM ADDED NOTE 7 A WAND CONNAVATION MI TACT CATCH BASIN A.FRPrtn IR: NN: N NO. I mAWA VI E N AN tt NNN IF IfON yRST NO Afr D[scAllnaM wn rn°N p°TT./�-'_u STANDARD DRAWING NUMBER CB 100 OF L.A.C.F.C.D. No. 2-D88 --{T T T T T T .—.JI F. C lyrlo6/1 Normal Normal 6 SJ ling Yor Side ONW49 SJdegoer»H 3'� C.F. � ' 12 B" BaG III ssn rop 01 Curb B Ia07 �n I T-1 Flow Gr. p1 A/1 CLrb Fo�as =7!7 I €qual Si BreakLineA \ � hl Grodo S/reiglaPSee note 2 I/2Expansion Joint CASE A H Material Gutter FlowI In@ Catch Basin Opening=normal curb face f 4 inches unless 0vnd off MIN exIsing Curb otherwise specified. 1 _ N C.F A ormal CL4ldrDap oss� , - Norma/ —�i 5/de Opwning curb Basin j,1 7bpof SECTION H-H Fy it Grd Grd NOTES d 4'-O"harped 3 A Gal e1 Gutter 4' a /. Local depression shall be Case B unless otherwise svocffled d� Sit' a 4 on general plan. Elf-ationS of oufer cOrnerS shoran Or generO/Plan.If no Neealions See note 2 CASESae note 3 are spec/fied,the cuter edge of Local Depresslay shall conform to fmiolred afro®f orrface. /f2"Exponsion ,10int Material , 1114 feel unless Olhoraise :pOcifiod T:See standard drawing C29-100,110ofe Normal r rNormal wr Stye standard drawing CB-100,Note I. C.F. 6C.F V, Where no curb exist,carbe Shull be ccmfrucfod t0twomn ends of Local Depression.Curb sect/n Shall canf�m f0 that of Curb Bosin controlling agency. F/ON Slr.BM se.er[ lWr q. Depress/on shall be class"B"conerete. d. 4.0^ `rf A _ 51Jo\\e� ued tter c� Sae note 2 CASE a1 note 2 0/2"�x[DEi7gffN`/ - - Pawecr aO P Catch Basin D &w REVISIONS -"'-'PIVED"DE CVJNTT Pe000 CONTRoe 17 normal curb race sz 6 joint RfOPbrial �_ AND to inches unless othorwd a III ^n;en �c+eDDv�elmcs ©Io R LOVAL ®EPRIESS N PsmweO Dr enaewt nO. �- 8 specified. IIfEs:..9 A: SWEr KO 4 RDP DESCRIPTION SnR DSTs.urscu,o a. °"� STANDARD DRAWING NUMEER 0201 OP FL f edevaa� L-Rbow Standards rds Frov sions US. ftPapmhncna ¢B Haixlcg ertd &7aCaau OS.c;rGY^•paiaaref ��� The P(c;met 0, Pcoaml b TiNch&)acmauction cvud;cave4od by M HUD sa�rs ds&loivUa ChiPR mgcc bl2 6ae3mms,Fwcdudina i3a^c'JI-Ws aB C'IV COW=pa S®Fns 4 b^cdwg als2axd by 5 0 09nih d States oB 14x oplc¢aW iiw Fcatav--t d Pmes and Vied a 4Cra NS d3t ar®l Huu Qv;to Qc,,Eya sv,Co the klbwUN Fedbral Lmber Mndcuxis PiavUMS a-a Included Fri bats d)Cbmmo Admjna stjntor for d29rowd M1a is n 1Yaa ddv dwds�4or,cr ail eu;F:®a�cd u,mpra_ PtseuedA Ca GSe©pans WnCla appPcabio 0 xuch Praderml nss9n"ce. sar uD ve Ulu!B�qua a&ZEe Imhlatiaaal i h9w 5 dfAY3 68,mg -ht rind CO atilWse A,1,0 6UEse merasd O'Dage„^.AN Labceem and ccechm!n GwMoyaad or ctrcrrk- HUD cr 6ts dssigwce cr rAR ws Zy HUD D aar G S dasflOMt a U^ 66dw btu 60-ey h9 upme e9 c'l fhmi c"fertC$aP tflardef dui 6DY¢CJred 5>2¢i o-t6te_ @ 4Lc?©9 period 6'Ges;¢taddel?sna tiome Bs ors ,ry.Qra,�ppcv,a Ly pba Q;aca©B 6Vda. 1937mr.tmdarUIQHou-&iPf l�eta4VO4SOnGhoCor+�uulcncrde+rau�esot agencuoet-mf lEvdLatarider©M0ecwb"JIMacaaeber921d"�6Ylqo.) 0(tlw P¢*,c4),UM ba Fold uncand'stianaliy and not€ ,aaan than o lim a Q p o ha c^raga aaa canoluding Cringe baneti(a w4ava appropdote) vm0k.Sued cvdCsmZ caubsegueat deduction or nebaes on any mcceunt(except dstemAna^d QPU6mr ',C0 Grubparasgrapils(1)(fP)e^i•(o)aB US Padv^.g rap h,GCalI such Payimll deductions as are VcrralWad by v aguFatiens 9-,sm-d by the be mAd fo ch cvcrHccmu pzfV'a olwg v.taa:c in�dua parader Us can- Seerotea of,Laker;-nazi,grog Copd ar sd AaVZ CM part 3),W5 MI amount tmme3 kcin B2as gas,¢daay ca,vJinOch Vic ek Fa p a Ewt ile0 N Gee cGsw^s9Vec&Eicr. ad wanes and bode¢me mnge barn g¢ ( e omh©quF rl{e tgs gee weSp dui at @!!.whsmmr C'3 MIrdaao m Ufa7ge ante presonh"d 21 c,the=ijb for a Wee cP9 PSYMQni cosagrOMI at mEutea wGE hsez the¢i¢e;aa fteaalwad Cn the class aB�Oiseae 3 or vms ohoildr s fiaec vdas a Crincs her ,W,cvhFGh Da sia4 wage dotstrdtkVien aP W`aa-Se aa¢effyv aB B_^tbar rrhdeh ds atfaohcd herelb and expressed as on 6e2arri y caWn,lho v�saP,w.cRe;chadi a 6,Lw pny P➢ea ben�r2¢s medo a part hwaat,cagardisao a8 er,y¢xiiMra ctaral re4a0on,,gap w[kh may e,WGad F,a Gee3 c.rn,6©rd:,Grsrvoe9a¢Clao are-d�9 Pay ornarSrsr bons S'�r GaEngpe a" bm dlagea too s3 h Awes y fl a c "a �zd a ac8e te3rorers andbencr9¢a of feocady c€k4v ogaoCv q t G a ws1 nwJlanlm 001IMbuiacns Gladra or Ems wasonebOdy anticipated for bona Cvg1 N tha cewtruc o'dct,,a Paws"01 1e P"'yrn,a ii,Ga a 4Tds a ar¢aphar Urd Me M000 hstFt inter sec on'BCO$(,, of the Sba;ri~x-Paonn ACI aw hahail Perm%@h0,QaWmeftw may cuancldcr as paa as9 Bien c,r.gaz a7 any lal mer or G(kbomm er G c un7w nm wagrS papa to cuf;h or oxen°:ammGo Chi Gm"J",A cB cwy ombs mash"nMy us29pate6 Cc GPavvri diep mocht,n�ca,cubjw tc fhj paavB.!cno 67 20 6`S(aE('4BCUb;a9ao,r g"lar • bcna 6sa0 Gringo foCn,'M3 UnILFir a plan�Gr wwcig arm,PfG&Od b vha z tale OoaauibUZWlSala6DD4rC+'C3enaoF?5r,Utd COT RIOTO4tdnwnC^ue3YGt tea rr o �� B BCh-E-Q'nifll.^,d07, j 8aouw'�nyy a7 G,_fisar OlL,Cct,nd,a sew Gaa e'Yel1bra�vr!;qua a not e5a "u bem,a qa<a,Cesd f1 e,u"cr E7qnatir,,Bundr>,w p7'ag71�il.,cdrdch 00var tea¢G.,a cppft2b� o r2�ngL7eaWls cC f ca Ctavts-Cawcc;u 6+.:E avo bcen feat The ■ee(narEc+a2sr caw w"dy parB'b ma's 2°ecmaod Cm to euw:e6ruelsvGly Gayde ar scmi,t^gp mf G sca va�jy c�uFra ol, caaag'a�rsr Co c33 .Fv'.a Cn a ca aca¢a kx=recd dvyFn5( ^h au- °eq G n®L4 co 'J l cl ?S far P,f3 o aw'o aB CraHg G s als un4c u9^o p"Ll Ca' 7 u,Mn. Such fag our, and rni d�ecrr c c@rag Pe and r • F. 0' p Lisa appe :raePra crueg®save Q�!G,r�vw:d dy'7hQ��dua c.Cldwatng„ila�rdt and E4udgc2tr,aler fDD4Il Pon4ral snd'Ggnga ba,lsSts uw G^ca cvcflo t,f,2�macr9s'oGfiow CGr£3r?a^: ",dictation ce creak GSvucebGr 92aGe'F�d6.9 ac3ueffiy p,:aetiueed,c^ruF�4raesu r,egai'v1 Yta w4iVI,oxcap2 cs p^uvvtisd fPa 9�Fdi 2-C de7c^".rya�6 o-BBDtD cr GL,deslfgR a chPR Tun u s Own rackil or upon Pan $cgS,C,4y,l4afiacae,rr,cr w=hvffft:;p�afcradTIMI%,Xrk fn mom Utem one c lldd@ a ceq u,asy rd cv�a 0UZ,""atasd?^- "7 W,d cap a=,B gvs d°a Pam u¢`un@©B F.nbor de—.M�- D®n c ayy Crs btite crDa=11tiec7 fer Bch cdaa ttica- evutinhcdr9 ar r¢an �Co be c ogeGe Bcd C�+ee 9.ro GxisuP7aaeeor a otC�Ends axnG2C.or *mfeyUe3fAsr , rw s kPothsrado.GacviCad51$ti.tgj-GnI%cyad'epay- BWijCifa3fCrQytd�auarrtopcuvaGaCcans. pad,r.aC 'a v:©a,arnmyvaia:ae we recsids edv oat"y c t"cii ah;P Cu a ep, .n fw c�cw�-d 3Cds°aticm[ae F=€riaau[By . ..i c4 r.0 ,fir.saetra) e,LG L'A vd a.ccw psG.vaiVSrag c,r�g® eMe?�9nvyu C G..r.. iie add c�go�si^ oven.,a,mnQdec7auedct®cvyg.aGd'liloruat rlv,tuedeCrnti< d c,da rus Pe Ed!,yGaaC�.viap,urs3c¢ w. rma�e?ochc9bh 6'tfl7L"3�U°?J"�C a Cda47 CP.J J GtN C e'u,�iva dl Cfaa^ , "9�r�G'Fi4'S $ , )�w Cl7bd CC.f�( �7 eL`ia r+r C'Er aTtt cs mzy t J C a l'E ,.d 63e _y j',,pay 210Va4i3- cZa(na (YfW'J B �9p c'k'rp1 Ea d,r, kdp`e4eg OMS3 foyy fAv door- plenC', wart G Iv-J Z. Cm,W rd:e,g4uy Lip pmL u b s,6AAPs LzdGK 1 w 1Y➢T"u;w G'.aCd fw a a e-B ,qufy,0Ta ,rrhiiC�CG t+CC tag`,ba to 5 prt3bBLhaM Lund Cusm''1je6AYCi4'](La,VCr-sf©r0w2c6'aL'CJeua.COF fit aa mn Cum aCI tvageS . Goms:7rc,%aF-,I 3 A, mIZC-anEi^Jf --f'a'fC 3 E*v a to C:x,0GI'm. V)Z,,iYaifr L�LOy C47 C' aui'.Cr E11 Gi 3Cv^aa cl Hu,LC 3 r/ca Cif a,."a. u m a " JN�Ho9N,eyc.7n�m7PC"�a,:aur,,,�oT c,e,^s'e� c�3ce."uEaFCB[Sa"�t7GlC�e tv ue m,9�t,a arr n�r�uynf.y . o,...afTrrle G��EpC"x ,ocau, �. ;,,:afa.riaaafdag we v r^3nacrIzca eeaC to)tzcrw°¢a dUa, �4af`gdn to]I �rtaCur9f aiUeJ ,icy, as^,.,iCYaC)'aae r➢��^�s C4cll'Jaa C 2G,i9f,'�'Fa� rp -'Sd g feu r- . mama a c �n ac c rya of ,ua au_ i,,a, 6.7[� CreJG �. CL 4 Ps GC Rg Cie GEC¢.fsuu a7 3 3"�G� C�'7 r,i£ aaai.7i?G'�i CEle u.,;SJ GJ C46 u3ar 7r" ° i C]C uC•Lr,CJ �,ara Q,s;i t��,a �t G'iJrJ Grc..�s dm-ia- ®�IP'r deC �C�JfeaJ Coy LYa¢ya CCnCS7:� , al n a i11Bfie`Suua'a @',uy Caa -GGJ3C ta�auia e't�1 G. u.31L>'^'"aa l� Pa JGua::S➢/ �al " GG rJ('�E�C Gr +',C,wll �Cij ae' - crRil." m. AIPPJC ' dc Ca Jf tiy,ID.a f3f*/GCJ�°_ ...,.a'ewG'cc�f�zz�zn C tj PA U�Jc',�,L ar abnIr yG3a 3ryC`a c,^r3f. )Lr Sa gJ52tB Lrftpl mGU:.dCrL,Ci ���a,, „aaa CID Lair. i„a Ur p,aae�st�ilr.dn Gad CCrnu f . as r ftt4'i.�. (, nr ^� r �.. , d (' J lj v �,ua J �dG ado treeu.l 7r � G C a ao,.Um �' t(lieJ C." '.i?lr null t"b C._P'.,4E EaJ U,U]6le�Br"'!%G"�uJ' ("9G'�£'aid�"�n Q" �?{'L(al�)1,16� •.r(�ra -.]Gauzy Ld,er' JL �YG ' rC- CriJOLa'�h�r'.�>�fr15- lmdvzcr,C.ua , CUd OC'rl'L acyt en Cr. GG Cra C "GGfief'.,8E:r64ib- (J}� hl 0(ram' Iumgz)GL GG r FLOenyL} C Cte°G C'tC-6z)Bane- eg,rW t"r uaJ61.2pcc 1u,]CirLA Cnr a`Ca ✓J'at"a, Cra(am T"'a ' :! - 64.q' G20.7,n'"4Gv ', Ca ml.G'Jac? tDC.F. ,taFs©Cana^Ci(C:�C1(S9 FCV�J L`v'.:bi(N.,nw..1EGfiC.!C6JcuC,dl@U,p Luc mt.,rl N Olo C:rv3 Cef G�>✓v"G3 ��y roar"a aril, L�u,lhu;dF2 F �ln .3C-.�G rl.t: . Qc➢B Ef L1CaC 'L","'Ce aOa-7G- LhrLel..-IGC'n lGri r„ i...C9 b7 Q:uip94y3d �l�G,uLu3 I`aa iE iLe. acu C'9yuvr Vc�Ve�lG imGtr rrvdS 6ei(14di5� YE Cit`� . 'aa€ur,aa$,GCn GlC Ut '"G �,�. da .CSC � Qd�fo'1}1D CY� G2-aa u9CurrfCa G-r i t� d lLy flf,`C�J 4, ^'rr�ga al Cta(m&co a+ the%wk de!,.'bRa-,C[y Ica an Cm Cyr ucTLG,n Clrn cga S.IGl)emount G,PC: 3iRfwd U,6 y ."f;I@'S Cut ycJ IruCd, 1Y++7GtLr C(ia^If,i blfr=Sand de!tfiL3.fluvtf"fl`rf`d`idt-1G' a -,eau CaiL 1TJ`I(Aiu,ue$ aMA�G�v 'tort 01fft0 e?SFEOYI Gu"vc7sS➢uTii - C^fa,a�'C]CI(C(L^C$C 4`"G ih,ra Cre^r^6 QGS�a tf C�aJ t.9datL^c,`�4�°se�u tekcndahaFdt,J Slf3"7VLl©c.Pad .6r=,,aUe9r^,e? na�F�e*-'de�9¢'f�tlM78fepe D•GC�r•°�Ll`^`4s:C1L`JdoC,6aael.rti.3�gUr,.?C2¢al}.o.3ai79g"SS,CmGPcccGd.n„:Racti6ei and aCcur¢t,u'la7oa^u. ,Q9.S.FStP"-+btu auG^Gva"Gi..e,„aaSc"€fen(:royal.Cualuvti.00,f3scfleaViaaaf�.�wfte9�icura, ofl.mEssrOifi...Ec°, y",e (t .r�, ;;'.>7d.°0�uo64r �8ar¢ roeeaereu4twrarLved - cddnt,;r �ptidc,actMe ca,io,�oJ�,e'dsscller, �racac" 6eS�aaFuaea�r- reprasswe�tav� cuaid aM2'sw^sa,twd Foy,a,a9dgx,pg. �Fn5 f e;8dddomm C42wtfi- , �i c'lec,. Sa,an at,iron fray MaB ®B W2CD p¢Nd(dew'(KAfP,t ?ag g4 coqe'2ihu- CaNan ec6w wb""Un 26 e?ays fM S't end eo^dv',^e HUD or Eta deegnse con orv,s,NN n,afdefnual:ad GGT b4-1¢C,sA mWT bmw-as or C?!96 eq.us'lmlents cc t-I atogfj H M U ew V'a ileaapnefi 1,1A n"00-dW prated that afddlofone[ fM1l:amui cl& IKu vpaua(!,�F=xGbard ka .adcn 1(FP1('4$01 of the Fri •5-100al Ac9. Wma in rc^c (Ftppm'cl by ET'n MCC cat Mlomsgcaacr2 and Dudget (-By Md Ul'PI m eMlsCrn^r a)q Pivatael t'-vc Ike d,dc6kEcl0ns mmda veld Law under SUB canTr9 uuIMIor 1215-0140.) v'se,.e zsS F,R7.Cll L7 nsvcr Ctq ern vaay et Val ar has rand Undi,7_ko OM 5.ti CC3Gatl,acwC!,ttfit0C,�,Mr :rss.thoCcbarcreccva arseardcatobe R$flfiMC,IatCun;arse;azc7rnyC^I¢vrarmroh'alaCrLLIa3graaiinUMof ei944ci),'ildt,,a Cr,z]G-Laiu z3IU i➢car UawMPidt.^,w1"ein Vaa,Pnd f'99UD Ew U3 M� @C:J%7 G'ex!uTTCJg Ci��Cr11 v^C� do PEWS c{7aaa c;a naa(wa3r,¢uaad QBg z:D AcWioa and y y 1Ccd(6 paa'auh.iP'�It 3az 6 A�2,Ga C or ex Pro- � m� (yeeeruaa"aaGauTmav1Ga(iecycra9yL�;:1i�)a;6;.aG�sYaa=u�GCgaoC�wd,bJevca<,roErt�^,.+or *Xkbsng Ctw gnr¢ivaia tlaalgaam der B'm5d brwtdiet mlesm two;allateb ah7 N c123nMai uwmUAL °1J R l a7iehaa GNra UEG 06 un-yflR so Pa W,do such Pras4sa Page G _ _ HUNI6si®12-04 MS W".11 bsnvRU is en80.c-mblo,thot mite plan or program is Caowly v ponslbl2, apprentice.`dhow alloumbta w*c;ppMnUc3s co gCwnmyrmsn on Eiaa Cob elto nW th'st the pgin of pregMm hzs been communicated En wdting to the In ony C9LYn ofa=l(ic* en cti aft not ba mans Che oatlo paeuniuod to the lebovers or mechanics affectod,ouad cacmrds mshlch shown the cosZs antid- Contimrser oo to Gh2 canliac:woaec Cores uendw 411a«eglsaamd pmorarl.Any h, pabd or tea mcaual cost:Inouned In providing ouch bonafits.Contractors wor(er hated on a payroll cf net npp`Wons 'Cu vnga cctA v"M Is scot orgirtored ' employing appronticas or tralnow under approved programs GWI maintain or othonviea employed as c,b-And above,elanll ba paid not Cars than ttra wdtlon evidence of tta registration of app;enticsshlp pnagramc and cerifi- app1jC.ab1e vaage fate On Oro evo-age ale0enudoneucin Car rho CSGuselGecati¢to of titian of Cralnae prmgrmms,Cae vegltt&Oon of Finn appeengoes and trainees, work Polually Wormscl to nddMra, MY nppronVice parfaraaln©wrork on red the eaflo�and wage raga rwas dbod In its a applicable pmr©ms the Job"he ha or'OBSS of[fno rafio parmlurzd tlmawsr Chc mag'fs ;1s,&pre)©earn tip roved by tJte Moe cf Managemsfii end Budget under®MS C-ontrol shall bra pNd net Pcss Chan the j t-jp icnhlc vjage oa4,ahn tnc earcago t9ats ml- &mtbore 1215-©1�.a and 1216-00171 tuttien for d-ue wrcatt aC1'-J*EzerCor'mad..UMI-ra a 00'aalrac2or N pelfenrring (4)(e)The Contractor¢trail c-utm it weoMy for each week In which any rnn's'anaotion oat er paua)eck Cn a[as-�lity a trrr Cfa2n CaBH tea cdn?cl'n Ens pr4gatun Is onW oact wodt is perforated a Copy of all pay rOs to HU©or 67s der.'lynaso t rupb2esud,4ha eehtio:etarl v^J�pa�;afes Qcardaa sao1 Cn paaacen q'u,v;f 4fins g4ur- Yta agency is a party to the Cwhaet,NA Pi Cha agency Is not eus8a e pansy, nsymen'a Ctouav TOL')cpcchaad Car fhc Crnrsao¢aeo or usbcor€ircC4'au'c R-Dis- am Contreoior will submit Ifto payrolls to the apl.ftant,cpennsar,or owner, tcrCd-pranro m cinch be Qhulr cad.(Evan)/ GMcZ bo F)LIM nt not es tie eaae may ba Ear tramnilssdon to HUD or its deslgnea The payrolls lessl[tean Cho MCo cpaclaaad in C'na uvglsC.ered paagnabn�cr vna +vpprrntica's aubmIted shall oet out oocuratoly and completely all of P9to Mformation level of progress,curpra_--Snsc;as ca p4msntuo of 5na(eurnel an hcudy rate required to be maintained tinder 29 GFR tart 5N(a)(3)(u}a This lnfei madon spewfiod In Cha applbaalm vmgs rlateaoatictlfioGa.Apprsst2ic;rr,,plall bo paid may be submitted In arty Eoi m desired,Optional Form W H-347 Is available fdng�o benoft Pn accordennca celth Cho poaraislons oG Cho eppncntic:„'hip for Ws pulse and may be purchased from ilia Docu- program.Ed Cna uppmqucasxip progrsrn eees m42 cpac4ly fdtngo b2aerds, merdx gFsd ral Stock US.Goverumcat Feinting appTcntia­,c roust bo Esm&_l ras CV%H anamsnt C7 Fringe faansrKa on cla Office;Washington,1511204OZ The pane can trra;ter Ls mwpsns?b're for tha wage rlste"i ln1efinn Cor Cha epp.iocNa tt fha 6ldrn?nstitator aubmiselon of Copies Of pa+YTOEs by all oubcw>Frtctor's.Approved by the detanalnas Gist diffemnt pracuoe pr8vius or 0hc applicehto arpmnuce O16ce of Managemanf:and Budget under®MS Cantird Number Ciassr"mcaticn,9',!M'z cSrs?l be p tid Pea aW2P-' anary v:Aih GMt elete.7n1nauon.In 1215-M494 t'ha Gvcn£Chi Cbumuas ORfl U'MIn1ng,or n ntato Appmn- (bH Each payro'IC whielVvid¢hall he acccmpanled by a`&alzaarene of hlp Aga" y Geoognlzcd by�ha Bursts,Vindrevvra 0ppro'c1j of on CampliranW sl{cad i y fiw contraeZor Cr suboo nlTactor or his er tier agent appnentirwhip propeam,Chc o4'rtti .G',GT VAil co tor10IIC C�a tnei"sailf2ed to ufilize wtb pays or nupe:-rrases the payment of the pamoraa osuaployed under the aPPvenfCCa at CZ�s Phaaa cr,o nppttcV".o ar,Udatenmined Gate Cor alta uffirk oont adrand ehali csigy tho Evlloveing: prafonnsd Uffal eau azmap£ah°e pmomrn is enpareatiaQ QI)That tta pay ell Cor C,tm payuuff pe4od sbnCa,)lns Iha InEommfion � 0 4rc,tacc,S',KCQt cs parovWcd"n 2.9 CrR All net be roquitl W bs rvunln lnexl urvder 2�BFR Fart 5.5(aa(3)Cq una(i 9Lvj ruen psrrniUed Cc vsc'¢'CA,Ct'�?Umn Cam puv.;9ctmum rad Mto'Or'rto merit pur- klkxtaetiw�au io.Cueeacgerij uccregtaHetsa farmed un9�Ch.y c�0 ricgptey'sd pu;iaean?Cc ar'od trr'avM C'Ny L' lt,�.aed In (2)`dltat ueclli Faftcccr0,nwe han!o Concluding mach ta!pc-r.. a pro prami e.telulntmo vec:,Iva d pdarcpp'aGs^.v^.$CvV tdcnesd.fny Ebrmal Cartifi- CRXWCCe,sand tralnt:e)employed on @its Confnact during trine payroll peTlod Cauca by[he M S.L4aparru;ment cC('zhca ,Ennipluymos aH and a balaing Adminl- tems t wa paid Sfic full vicaMy wages c3aro3d�Cvlfhow mabafe,cfu"aes ru ocuy ssastioay.el."�matio ua f 9oura�;C2 goumnayanera Cn Chei pees eSte aloNl moE be or kicur ctly,and Omt no d¢GucEams have been anade eMw afirectiy or Mdi- grasatar Shan[tEmr frcd under flhv pScq uppronn,d by oleo&vuloyni nit and rec*trasea Zhe fall serages earned,other Chan permissablo deductions as set Train"Adnih1tCrmtios E�_T Graimaa rnr:.a.ba Met of mot tss'a than the rate forth kt,^1S9GFEFPcafltb epsomS6Enf7ta09garov.^elprtoroina far altotrn_Inaa'n%'dsl Wprogress, (3)'Maatcach labctti•; ar mschanio peas bean peW net toss Phan the wtprecsed cs a panca;7C 90 CBths iGbu nayman 510unuy mlEo Cccclfiad Pn the applicable crags wales and tMnga hartcrrts or cazh caqulvaleaS for Eta ciao- appticsclo evcga stet,ues?aesEcu.-il n meaz eivJ9 fie paid Ck'ss hi;natts In _ weatcn ol'vffcfk podaarmea,c:,CPzr '-_d In 2aa applicable vaegs ek2enanlana- roorai am.©.a e""Rh C'ne p3gju 9ca3 G3 Uea fm9deaev ta,va©G"ar,a U Cho Cno6naa pro- son h CsT.Oratad trito tht) grmm do-'s cm!raaarrtien C nge.Lauf Sys,tr&"_s4r t.hall Esc paid fho fill 6c)The wc-!abyc+r4smft�e?cn of:a pmperfy casrrcutsd CUira�a3on set wvi'Csw,2Cim-b"sbarnsdMp,°,[9CmC1;oca^�c�cCe.�tias°f,Tcaaun",e11 the - INMOnCrac IAwGO€rdalr3f3yvi;wsfFemmC, H-N7cUlu�fr e�i�the Aui?relit",`rsa?ccC+Bcra en9Lix'r ;lv,s!raaC?C9r,rr^.r�ea`;e^;:fncrotoan wyulnerr"A for matt a Do-q2e`�nnE'cmrnt(0?omp9arrxr not,uVmfl by pm�c��1�^��ri�d) kt�L���C36 C'SC$�J� a 6 A Cfo-�C rIJ C.'a,ua:°,�_'..t lli 4SdL"IIi➢t�7uy +f'- and f w:�J3C1d ttrll . . QIIyfin 2➢^.rfit2+' rdm9naeycltha1sctaa-t4lEcran:Ra3mnycubfccllho W47cp3�f, r'e:an.as,%vp��t r L'aa.o-L�,ic:e, C,r'C('.,..:,,7caaGcCtnyae3�tn (,u"'.EC°i��°.�a'Ottt.^`e�,CflSt.r'F.'drC'1C,��7 Cr�7ii6i'.n!1l�rp.Muue'7Gae 4riiu�S'a^-.E'1II71 G«�iC��GI3CJCS()f7 G�."C;IC::�`°'�iu'�CSLiI�.Si'L�w:::'']iCJ CTE f3fitlTi"'.il��"_YE 1QlD9.tii74Ea<a9mc;itc9,�;,oiiris�9a,8"9T�ilW€Jfl�?Ge©tbsiare7CaW:uaQt�a t?F �t;,��fa G',na^«r:°�):r�Cs3i �T n , s�' ,,.,�=-ry , The QTA�4'r i i'cry k;i; iiiTdf;w 61A wtnkC'j A s r tS c g L""'�. .Md E�'Clcvvi fiC�(.L42ta'.if�' ',eC'Ji.`,��'�GC"e Ca Gf.00S"g4Q:°LC- P$C'3 iW°efiC faWeiN €9BG all ri CE59eNLttt43f3S"� °"2Cby 9& 4 yt of C "wn :y C i41G:C'.i i'.'e"ie is iuJLLp, i C, 5t66iB HJ6 b6t0 tM*MVCOR a9 HUD mr Gta. Gi Q:Mzm c,GtC c�3n e;rui;CCsd ast'.&';Civc ut;fap a ,at3 p 1p_cjGLnn milli be paid .4E .tSil<a(?7Lt1lvPCik?t^£ru'r7actmh f1;;��t4E^..^,i: utw-^„^gyp L-OZiulak1 Nd62 t7 '�Cli>JaC:it3 aS°3f,5.��y9 fr;]".:1 CSuCiiJ C"1C;.,J C7o2c7Eotlna.g74a@'EcTft sap"sa?awdut�1,gvnER3'r6andti �,tfaf (ataLf+caatoaLrr;4'�r rcu'geIIsa- mv4a"secar,rGJG�a�o e 9C,arra� a- 1,a�sa�L"eyrua :racacl`uG,°I,T'3edmin- YueGYg%P LCoau.�HCnaoOdot; dGUMPG730,CV HUD f 4EeCocJeuta,,nv t>Ii�a.C,r��9�rnL�1sL?mb@auil,eGu�,C'r3crCaEV,:,c'.cTVAIlno oritadC^.'_.kgo"a WLLSYyCaarujyui!'2 ftrf4 cctotmc,'"rAMCCt37a usnn.^.C�rc„4L`7pd- aSngP i7toP w!'VSE� bLTL`:v�Uitr)Pii4:,du. C,Llli1c-Lo !!j;Cilt',%,Ll�1".ot3inde0eF owl%i•;?a"', a"a fa el^LfE'tB(_'aHIC'3'd Me i7olf IS!o6'd^cam°afCf C©4:`1C41".:J Cho Qua- tvLTTed cltc.Car Ch'.-D CJuyutpsiPr;o-mZdp Ci�yt Q,u GGi.HrreP y9ri pra""'Tagals pattytesa633twappCrtaGasapctyaaerat¢,atslv°,�cs�ur@3u;wma¢e;€a07C¢Csls<Furb r- appaTwFa . 'acartso 'p°.'J>"c3 Lao cubntlt Cita ffe�Ln.'.4V'°,F;'irmar&Ltpon Malts vich [.1 [rJryt��9 Guw7".�yGuW�iil t;T'�i:iaCiGt"aye fi�It7�4ilCl2;(6i47➢C7p tif7tTi"u7dt a t000r2'as�u449ar<��".oGt2�ay�tnm?:urd^>&;r�2L-a+.its;.r.,eu.ivaap>£ioC�aue2Coc9 Crttiutcz�;r;7gu:rn,^,afatcu.sace:ttR>yrClt"sp,=aGc,utaidCesaf,umeaaCcavnzStyvatlhtta CFRR2dCR12. - c'qucACcuapPc;Cruasntm^agsc,Ysn9uycuH�m9au,naesc�ra2(sn ,IIui€va¢'sPa er�d246.es 4.0Ap lt:�srid`tiaa!maCae t�,n;Cay�c.Appc r�tie€p:urgV.Cr,§G>sr- oerc-a',>dghr€tnd -grta 1'EOrrtsCr Kftodtovey'RittlumIt= u4"taprade^wallnedm2s%'CPYroc^rogkt 'MyVeW- rryap`.Cs.©ec�tuEr,�uaa;,".cv,(9aCrr,3cse3t';.raac,u¢^,�ithu 3Stlb'e.GkUrc67ail &Rnwd Vdial ilimy sw Cukt:GY3j MawlawA Csa and k1clvtdwilyreptc dIna C,0 MIAycfiilitf.aat_,Quf:mr;R TLZCclGiD9lFp`dliaowttic°aGetoICain•Cmcerrmletedby bona Ida aW ra4k,BM 9 pmgm n eogEsf--.red vAh tea US.Mpadtataat of celerMVfl )1sa' as(�toIgjCaL". laburotanplo ,DrAend BunnoutefApprointIocshyu &SbauaosaatrL-Or,'Pdacoca¢trOCBnncoactnc�cfsfG,orwBliInssri0a cry eub- endTMIT4rl OfvL6lhnf APVM aV_9y,TAjsn,uymscoflrO d.bythe CanflreCk-the&oat➢.iCQC2rl.11MsdCrlOJfjir'ALE(21(I)G,'reng q Ii(IQ, ndeuch i3XMcrEE❑it mon�-C'iV.cky°d to his nr hrr lira%EQ dairs 01 probationary autCrd'sU csasHUDRr Cis 0ez3sacce,z.V byy op pzrap;lutJ L,t5t"+teSuOM em;ft,mwM ea r1t Capper ea Ee cucJh can©pprctndex stnlguVmlirorj4 who is ¢sgaa'tra,emd ctis©a caiauas ttstpusMi,qj)rag Culsncn9mas Gcra.4o 9nciU4:6 twee not kv*muomy reglelmd 11 dfT proamm but canto has bzza©crtifizd by the 27suaOs ba oanpy C¢xh r G"x Clal'W 3LrOQ-7M.pG¢s¢O QG&&ecior emaq'be flouteta'ppacreJ,0artOpcnr7TaalenaorQVj.©@pp.mMwitip Age ncy wspCS¢r7CC(3aG1Z)CcwaSl2'a1..fly'CiiJatrCSee;Arao5a,0,Cvivsi~rfl9er,subcon- (Mare sppvopWsll to bts csitglL^8c kr prob.atouz.^ay as an W-L'C.sr Vim avl4;ao e+z-,faetFa?Cti'wa fn F,2 CPR rnxt 6n'Cr. Page 2 P91.9®•4YBi®(2-E41 7-C t4.vwCe GeacaatnnBton;d@lwmenmmn¢.A hmv.:alh of PheT.. t mct clauses In ponsahan at a M'zo w©¢9ess¢9a�VuTPu a end ono-haRO gmQs"ho b.¢slo Mto of III GM RZ auvay be©rounds Car tzrmination at the contraeg and for debar- Pay dev all hours%'wanted G�,�twet�.�:.".�°rt4.cursdL w,.���?�c&aa�a1q}a,©r 9n naeaet as a ccnaacicr and a aulaGantractor as provided In 29 CFE'4 0.12. excess of fmly houm In Gueh nmz%cwea9t,ud ala➢aemer 9s 0rM-ZGr. L CorVllacnaxe uffia Efavfe-[ra©awn and ffaMad Act Requirovnents.NI rut- q2)4r6tReiQtae;P3aGn5991y;' wnpatri aaaq tE C:gaaldae@rA cfnsaaaf7ec.Cn the Ines and Into;Prrtetsons Of f`oa Davis-Baron and Related Acts contained In event Of uny%`l0! 0r'07 fi3te clause Oct 90M In subParagNtph Q9)e9 Ws to CPR Paris 9,3,,Lind 5 ere hareln Pnowporatod by rafe once In�dhls parvaroph.the ccr&Wor and any subountracaor rL oruslb➢o herecr e¢aall oonhaci be gable;or Ghe anaapakH caay3e c;.fn addif➢nn,aiuclt ectn'dlactes word uubaeu� L Mpestasa ownw mIsz 9 lobo caandaa Rc.VIspules ciftIng cut of the Iabor fraevsr Vw➢➢ba FE &o Po 4 as¢A u➢¢ d a4�s Qd G9 e a a a ld adte a2®6ae a r def stands Po wWons c9 ahts cenh aet chall now t o Guh ect Bo tlaa general cc�,Gd1'tot 4or fha dSS oa of CufluwaLla or a C-an'EC4 ta®h L<¢lS rLa dispute:&� mo c99ta0. @unzraot.dun dE u¢es o8aall¢so Mdved In accor- - ' e ctmr�vela 9ereC¢or ,Car fii4Qvnlda¢.r9 c7aanafy¢s.Such Olqu➢'taat�J dacuaaq®s P;Eaa➢➢be cum_ dsrca Vlrllh the prooadur,—®9 9'ro CeperNmnt of Lnuor ee¢Ccnh In 29 CFR Pul0d VAlh TOSPaM¢e eaada IflAuRW-W 8aboms or ba arhonIo,Caa,Ouding Pam 6,0,Drat 7.Dispu¢as av In the meaning of this c➢ausa Ineluda dis- ara¢o9e ,en m d flea©mds,r 9pleycd Be¢v3cBepu9a o99h¢cE¢ t ccrda Pn sub- putes between tRae oonfsaaerar(or wary of Eds e>toFacossirsaoao�)¢�44l)®or Its paragmap90(9)a9 F'7t9s F�' r ,Bn f¢aa curira aoC9d Car c2tcGo c'1r➢enclau day on desE�eeca,tGea dfl Qmp2re'usaan¢of C.cabcvv,¢r f3a@¢aangdcryeea er tbo➢r n6 pMl aucA IndlvId'h'M whew aw'uAt@d or pawuala-d Gw �gras�7nfl vas from a ;In cxo2�-'a'd Gh®GUrrd mi [i vfor4"vc€;t e7 C®Wy houm u4thauk pay- 10.QAB Cca'tiGeafLczu c2(C.alfglblRY.PY ene2nng Into 9.hls oentraM Dee oon- vnent of 9"a Qv,ey uuas¢.vag E; vaqulrmd by fh@ clause set Cua'4a In Gubpara- Iractor ou v ffiaas span¢neRhas R(nor he or she)nor Cry person or fdna%vho graph(t)of 4'n s[�eratluaph. hen an Int�sd In she con¢ra�a'c 9ruw Is a paezon or Veen Ineligible to be (S)V'rbu"Ate k2"C 2 E¢a•uemcmk]evcge3 orJ EV3401CA e9acaragac.HUD err Its acaardsd of Seetnon 0(a)of the Davis- deslanea ehol¢(upon 9ts c'zva act'son or upon rn'dpiaa maaafu-&A of en eautho- eaeen Art or 29 GFR R.12(4('I)or¢o Le a%rW7Xd HUD ctx nctte or parfiol- its d u aPs�yatre o8¢7me �aPeC nit of Y 3bu�4ffiaB Wd of mouse to be Pate Ga MUD ,q�yra.w s pursuardd to 24 CFIR Peg 24. aerukhbua9d,Crown❑ny ruesan¢.ys Payabpe ae a^e'6ur"ot r%eProaK perdormuoed by sae 0 NO PDA of P9JhN GOII r3G¢chRA be subrontraofed to any person or firm contruc�Cr cr cubLxAmotor under cuay cuoh 0QWM'Gt or CRY Other Fcdeeal ineldgiWo Car nvuvrd of o evvetvamrment Contract,by*wa Of 8ectien a(a)of coatrae4 UfTh dew'G?M3 Iae9ma€e GOnbracL®r.1ny OZhar Fsc aaEly Isted can. *3+PavIs-@aeon Ac3 or 29 CF41 5.12(a)(1)or to be avyrarded HUD oentmots 7raot subject Co f➢ae rr=rm&a wou@t Hours and Safety 2 andar ds AV-4%v aloh or pwidpao In HUD propvauuas purzaant¢0 24 CFIR Part 24. Is heId by t1to Geuua g¢adnv©oencFOWr cum h auuas C.G airy tee de?e Tall nag to V�51hc Pe,enl¢y Coo°MIAIRy Cat;,@ ula¢a,Wrlts Is proscribed In M tA.F, be naGsss-vryy to cva16t Ag%wgy tlebl0jflies o7 curA�a cun6u" GM,OF cuhcua(daclur WMInM Cad..'M U,&(1 E0®1.4ti3ditnaNy,U.&C40n¢nal Coe%motion for upPePd cvagyes omil 2paddatad damlmops as Puuvarided to Vhe demo cat 1010,Tafle ab,M,&Q,`Far]Ora9 Hotcstng AdcnInIsfrallon tararmwogone,pro- Conuv In csnubpa agasnp9a(rk)m9 9hls pam'agraph, Was Ewawt`uvhnwe-'Ccr Sic pueb1ea✓@at . .fnfiamens,7nryCaw any vdaythe (4)Fabe.'MCcw7ce`GRUJeavaG!5�cicrcrGubcofa'd oZorchMlCr,earnMany n ev cucPa lldaovn➢su�aEarb. . . enM;r ,a Fnac®r pub9t6tm2s Duey 5ra ecen4 eu nEa',acrs Ura Ckcwz�as e`~et eea'd9a Cn GubF W 9ragah Q9)r'7 Rmoh Q4)07 6h➢s krkce'An3 fh;a dance w be MTT"& . . moll be Gumva,d na¢ancsu damn S5,00 D or pesc;7mph c»ad n.Iso .�evsa raquiringuaa c abceMr.�au'±c,°2 Cc t,^aTP?ub chase dagarIman�not co¢z0 97m,na h^ro y�r„o cr begs," c➢aaa✓ss CN acre Cralrauat4¢r 3aubcac"� *. �`g➢ae puivaaa osae'rsac¢ar cnu96 be 19.Ste'^ua,�M1ofruw.,,6 avf:retTcm yn,cr R' Emuasaay by F�� Ce .Vvo Pa9.aarrer cr gwpanzlb9,a Cor cnuaipli,gece by any Cwboon'lMoor or Tourer 4tcr Cub cnn6rac- pice�ia rllc Ca c�nraava evaP9e, 9',.ar,®c eCh@s Peb¢r cdatnd p^t ,gdlens of tar vAl&Shoe clauces tot Cori m Ie avblmm graphs(1)4hm Leah(4g of¢his 0Q3 OMLmo,,evua orapllesblq s£eMl be dis„hnrged sr In easy 0&�r wmanner parenro`Ph. nnm9nc6nd egQnsl by Pho Contmouarorcany vaubcr*n7mzae2oe beeausa such C,He,' aeans3'18'&2y emplvymu has filed any cc,p%aRra¢or IraSltueed Qz excused Co Pao tn5s.uzed QC)No he yr%av sir CAMI,Ic alae}RI be Mqu➢ed oo%Vwk to cuvvoundings c'au'yp prs•„a:;.eMe hew:,tS"t led cr 4s abut 80 s�ash0y ba any procreading or sunder woo Mu'6,Onv, i,o sVAA6a am Uas-ggLR v,hRrard ugordanger- g4Sd—';;''rra"DgnR fza�,@ bb0r dar&oPpllcabb under this Ctanfxacs to --cos 6o h1l haa➢th eaa3❑^o ay cs USZerGualnad Ulkr fir 1s' sztlan 02fety and itla�np .k'�= k2QIl c0imdsre^ L'wrm'zpra'1d Ely Cho O erstogf WSWho LYmtju➢salan. �R e--aPQzc9%11G"X C,aou�� c1d`°" taj mar c nOM sc Al L AS M ze five fhls Para- (r Jfie+.f P'a knl,;a,c4amll ccauapty c ,lam cis vegut acs,'as t w e1 CZy eh2 9n*'¢+°e,CiccCSru�nG"in,:o ,, (>nd ,oeeuva;,�a,rw P,�a,dec.r eianadnlorld S ;o,ayu,LA.W,paS,.-....,C.C� IT69e�,yiFaffiapisR(uv2uur��WFa ra901C3) ,ad '`' fPfdti CO C;,1 , e47 ffv.0 G4.4.¢h(,'lu�i26kihCda 6u-'17tm-'S�' `h"„� ��@u'"i..iu�OGf;i�II".,C u� dti CQfil f�� T' L�CP@rL'"��'Si v^rJtL�'S,3C'capon^il�'gn r � m � u4eJfdL{a Lb^aP.e6a- 9 Gv.."`2C'lGearu3fisar�ci�7�>f�` ��,rci122a5G1�a(u`ai9t ['�c,7rJ`J ''2,CR1L86�. L��7 L�u'+[J3CtS GC)GCr�:G�cd�C t�"n,�Jde".F;OGu� 9y Gi..f�C:a'J�e PrnLsiU�C]CJc�H;ey' (rJ"�}"1iI �d Q.m"U";d'r Ld"Efiu,9LL4 "]i �'�Zvvti3�auC�dG"aS G?7i:^.8^,M ovary ausRdeP��sa�sc r�_n raca�ra 1rn�de ,zactrL.a�ah,myyev&hP^LQaCTcr ,'ca,a .v,cp „eut,eyrID1•yen' dCPn1€,uddrue�.€sacirlbinoftctor. Vut3 F3 c, 4ec auaN c? �c meh o new f Ga vs �yy. CdtiB7GREautciuSGr2lta2 -=¢SLa.bor �h�E30 C"r6;➢Ciu iv.Go.a Lta".'8w,"C1G&df 9Na"u+'+'it=.P CGfiNCEaC.Ll'b GeC':auei3GL:n'i� C92QI)fj;P.f;?GC}G6'LC�3C-",CJ Caco�SW� �C"rEJd CJiiUw2Qa�:3 Page 3 _ NIJB40 0(2-841 CONTRACTOR(S) CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS 1 hereby certify that I have reviewed the diversified Federal construction contract and related requirements imposed on the Contractor(s)of HUD funded construction projects, and fully understand all my obligations if the project is awarded to me. City Project No. Contract Amount Date_ Project Title Contractor Signature Address Telephone Page 4 0 0 CERTIFICATION OF BIDDER REGARDING SEGREGATED FACILITIES The undersigned hereby certifies that no segregated facilities will be maintained. City Project No. Contract Amount Date Project Title Contractor Signature Address Telephone ' Page 5 SECTION 3 OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMENDED 24 CFR PART 135 ECONOMIC OPPORTUNITIES FOR LOW-AND VERY LOW-INCOME PERSONS CONTRACT REQUIREMENTS EFFECTIVE JULY 19 1994 . , The amendments to Section 3 of the Housing Act of 1968 supersede the Section 3 requirements as contained in the General Conditions of the Contract for Construction, Administrative Requirements.Equal Opportunity for Businesses and Lower Income Persons. section 3.Contract Forms Page 6 1'0 M, INSFR FED 11N :ALL C4DNTRA_(:1'S 1:0R Sf.RV1C1.S SECTION 3 CLAUSE A. The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greater extent feasible, be directed to low-and very low- income persons, particularly persons who are recipients of HUD assistance for housing. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 170 1 u(section 3). B. The parties to this contract agree to comply with FTUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract,the patties to this contract certify that they are tinder no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding,if any, a notice advising the labor organization of workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimttan number and job titles-subject to hire,availability of apprenticeship and training positions, the qualificatioaas for each;and the name and location of the person(s)taking applications for each of the positions;and the anticipated date the work shall begin. D. The camtmetor agrees to include the Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135,and agrees to take appropriate action,as provided In.an applicable provision of the subcontiaot or in this Sectitln 3 clause,upon a fending that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not s`abcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions,that are filled(1) after the contractor is selected,butbefore the contract is executed, and(2)with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 13S. Section 3.Form d 10197 .. rage 7 s P. Noncompliance with I II 'D's regulations in 24 (-TR part 133 may result in sanctions, termination ot'this contract tier default, and debarment or suspension lrom future [IUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment subcontracts shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian- owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7 (b) agree to comply)with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7 (b). SECTION 3 'GOALS A. During the term of this contract, when a person is hired to a full time position to work all or part of their time on activities funded or generated in whole or in part by this contract, Contractor and subcontractors commit to employ Section 3 residents as: 30 percent of the aggregate number of new hires for the one year period beginning in HUD Fiscal Year1999 (September 1, 1998 - October 31, 1999) and continuing thereafter. B. ]Preference shall be provided to the hiring of Section 3 residents in the following order of priority: 1. Residents of the housing development or developments for which the Section 3 covered assistance is expended,(Category 1 Residents); 2. Residents of other housing developments managed by the Housing Authority (Category 2 Residents); 3. Participants In a HUD Youthbuild Program in Riverside or San Bernardino County (Category 3 Residents);, 4. Other Section 3 residents (Category 4 Residents). C. Should contractor and/or subcontractors contract out any portion or all of the work,then contractor and/or subcontractors commit',to award to Section 3 business coneerns(where they exist): Section 3 Form 4 10197 Page 8 0 I. At least 10 percent of the total dollar amount of all Section 3 covered contracts for building trades work Tor housing maintenance, repair, modernization, or development, or tiu building trades work arising in connection with housing rehabilitation, housing construction and other public construction. !. At least 3 percent of the total dollar amount of all other Section 3 covered contracts. D. A Section 3 Resident is a person living in San Bernardino or Riverside County who is a Public Housing resident or who is low income E. Low-Income Persons mean families (including single persons) whose income does not exceed 80 percent of the median income, as adjusted by HUD, for Riverside and San Bernardino Counties. F. Section 3 Business Concern means a business where: 1. 51 percent or more is owned by Section 3 residents; or 2. 30 percent of the permanent full-time employees are currently Section 3 residents or were Section 3 residents when first hired(if within the past three years);or 3. The business commits in writing to subcontract over 25 percent of the total dollar amount of all subcontracts to be let to businesses that meet the requirements of paragraphs 1 and 2 of this definition; AND The Business was formed in accordance.with state law and-is-licensed under state, county,municipal law to engage in the business activity for which it was formed. Please Note: Copies of24 CFR Part 135 are available-at_the 'Offi-ce of Economic Programs. Seaton 3,Form 4 10197 Page 9 "' HUD LOW-INCOME LIMITS —March 9, 2000 - -._ .h,1 �� P,ll, l3i 526,550 $2,213 $510.58 $12.76�, $30,350 $2,529 $583.65 $14.59 $34,150 $2,846 $656.73 $16.42 lii $37 900 $3 158 $728.85 $18.22 3�11 � 31��333It+t1iF 3 3��3�3�3333 3 �3�1 $40)950 $31 413 $757.50 $19.69 6 "3''' $44,000 $3,667 $846.15 $21.15 $47,000 $3,917 ' $903.85 $22.60 �3?313133331371i i 3 $501050 $4,171 �, $962.50 $24.06 Monthly Income x 12 = Annual Income Weekly Income x 52 = Annual Income Hourly Income x 2,080 = Annual Income Annual Income Limit is increased by $2,700 for each person over 10 persons in the family. NOTE: The hourly income limit is based on full time (2,080 hours/year) employment. If employee did not work full time for the previous year, use total annual income as the limit. Page 10 • i CONTRACTOR CERTIFICATION REGARDING STATUS AS A SECTION 3 BUSINESS CONCERN 1+ (print name and title) hereby certify that the business entity known as (print business name) is not a Section 3 business. (Please complete the bottom section.) is a Section 3 business because (check one of the following;) 51 percent or more is owned by Section 3 residents; or 30 percent of the permanent full-tune employees are currently Section 3 residents or were Section 3 residents when first hired(if within the past three years); or El The business commits in writing to subcontract over 25 percent of the total dollar amount of all subcontracts to be det to businesses that meet the requirements of paragraphs 1 and 2 of this definition;. AND _ The business was formed in accordance with state law and is licensed under state,county, or municipal law to engage in the business activity for which it was formed. A Section 3 Resident is a person living in San Bernardino or Riverside County who is a Public Housing resident or who is low income. Low-Income Persons mean families(including single persons)whose income does not exceed 80 percent of the median income,as adjusted by HLJD, for Riverside and San Bernardino Counties. (See next page.) - - - - - - - - - - - --- - - - - - - - - - - - - - - - - - - - - - - - Signature Business Address Date Phone No. L� Project $ Section 3,Ccrtificalon category 219E , o Page I I i 2 HOUSING AHORITY OF THE COUNTY OCERSIDE 5555 Arlington Avenue,!Riverside, CA 92504 Section 3 Contractor/Sub-Contractor Monthly Compliance Report INDIVIDUAL NEW HIRES (submitted with each payroll) Company Contact Person Project Description Project No. CAI Report Period: From_ to Program Code (see bottom of page) ANY NEW HIRES? ❑ No If no, please sign and date the bottom of the form. ❑ Yes If yes, please complete the following information: 1. Name_ Date Hired Part Time Full Time Address Street City State Zip Job/Craft/Trade _ Public Housing Resident? Yes No *Income Qualified?(see *below)Yes No Section 3 Resident? Yes No Preference Priority Code(see below)_ Racial Ethnic Code(see below) 2. Name, Date Hired Part Time Full Time Address Stint City State Zip Job(Craftlfrade_ Public Housing Resident? Yes No *Income Qualified?(see *below)Yes No Section 3 Resident? Yes No Preference Priority Code(see below) Racial Ethnic Code(see below)- Income O"21iffull 1 2 3 4 S 6 7 8 Persons In Household $26,450 30,200 34,000 37,750 40,800 43,800 46,800 49,850 Total Family Income (last 12 months) *New Hire is income qualified as a Section 3 resident if htsthcr total family income is I=than the family income shown above for his/her household size. Program Code#;, Preference Priority Coder, Racial Ethnic Codes: 3. Public Housing t. Site Resident 1. White American a. Development 2. Other Housing Authority Residents 2. Black American b. Operation 3. HUD Youthbuild Participant 3. Native American c. Modemiaation 4. Other Low-Income Persons 4. Hispanic American S. None S. Asian Pacific American Signature Date Section 3.Fenn 6 2199 Page 12 GENERAL, DECISION CA010036 04/13/01 CA36 General Decision Number CA010036 Superseded General Decision No. CA000036 State: California Construction Type: BUILDING DREDGING HEAVY HIGHWAY County(ies) : RIVERSIDE BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work) ; HEAVY CONSTRUCTION PROJECTS (does not include water well drilling) ; HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 03/02/2001 1 03/09/2001 2 03/16/2001 3 03/23/2001 4 04/13/2001 COUNTY(ies) : RIVERSIDE ASBEOOO5B O1/O1/2000 Rates Fringes INSULATOR/ASBESTOS WORKER Includes the application of all insulating materials, protective coverings, coatings, and finishings to all types of mechanical systems 30.46 7.65 -----------------—------—----------------------------------- ASBE0208B 0G1011199G Rates Fringes ASBESTOS REMOVAL WORKER/ HAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not 19.70 4.81 DOIL0092F 10/01/2000 Rates Fringes BOILERMAKER 30.06 9.61 TUBE WELDER 31.56 9.81 ---------------------------------------------------------------- BRCA0004U O5/01/1997 Rates Fringes BRICKLAYER; MARBLE SETTER 26.22 5.85 MARBLE FINISHER 15.50 1.52 BRCA0018G 06/01/2000 Rates Fringes TILE SETTERS 25.74 5.82 TILE FINISHERS 16.25 1.25 ------------------------------—— BRCAOO18K 03/01/2000 Rates Fringes TERRAZZO WORKER 25.78 5.05 TERRAZZO FINISHER 19.83 5.05 ---------------------------------------------------------------- CARP0002B 07/01/2000 Rates Fringes DIVERS: 0 Diver, wet 470.08 per day 6.38 Diver, stand-by 235.04 per day 6.38 Diver tender 227.04 per day 6.38 ---------------------------------------------------------------- CARP0002Q 07/01/1999 Rates Fringes DRYWALL INSTALLERS: Work on wood-framed apartment buildings under 4 stories 19.00 6.33 All other work 25.75 6.33 DRYWALL STOCKER/SCRAPPER 10.00 5.32 ---------------------------------------------------------------- CARP0003E 07/01/1998 Rates Fringes CARPENTERS: Work on wood frame, tilt up or concrete block construction including but not limited to: shopping centers, stores, office buildings, fast food establishments, also including curb, gutter and sidewalks where the total cost of the project does not exceed seven and one-half million ($7,500, 000.00) dollars. CARPENTERS: Carpenter, cabinet installer, insulation installer, floor worker and acoustical installer 22.75 6.28 Shingler 22.88 6.28 Roof loader of shingles 15.42 6.28 Saw filer 22.83 6.28 Table power saw operator 22.85 6.28 Pneumatic nailer or power stapler 23.00 6.28 Fence builder 20.30 6.28 Millwright 23.25 6.28 Pile driver; Derrick barge; Bridge or dock carpenter; Cable splicer; Heavy framer; Rockslinger 22.88 6.28 Head rockslinger 22.98 6.28 Rock barge or scow 22.78 6.28 Scaffold builder 17.00 6.28 All other work: CARPENTERS: Carpenter, cabinet installer, insulation installer, floor worker and acoustical - - installer 24.75 6.28 Shingler 24.88 6.28 Roof loader of shingles 17.42 6.28 Saw filer 24.83 6.28 Table power saw operator 24.85 6.28 Pneumatic nailer or power stapler 25.00 6.28 Fence builder 22.30 6.28 Millwright 25.25 6 .28 Pile driver; Derrick barge; Bridge or dock carpenter; Cable splicer; Heavy framer; Rockslinger 24.88 6.26 Head rockslinger 24.98 6.28 Rock barge or scow 24.78 6.28 Scaffold builder 19.00 6.28 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre-drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers) : $0.13 per hour additional. --------------------------------------------------------------- CARP0003H 07/01/1999 Rates Fringes MODULAR FURNITURE INSTALLER 13 .08 3 .98 LOW WALL MODULAR TECHNICIAN 17.80 3 .98 FULL WALL TECHNICIAN 21.88 3 .98 ---------------------------------------------------------------- ELEC0011C 12/01/2000 Rates Fringes COMMUNICATIONS AND SYSTEMS WORK: Installer 21.08 3°s + 4.25 Technician 22.93 396 + 4.25 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, ,fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. 0 Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ---------------------------------------------------------------- ELEC0440A 11/29/1999 Rates Fringes ELECTRICIANS: Electrician 25.43 3% + 9.11 Cable splicer 25.93 3% + 9.11 Electrician, welding 25.73 3% + 9.11 ZONE PAY: Zone A: Zone A Free travel zone for all contractors performing work in Zone A. Zone B: Any work performed in Zone (B) shall add $8.00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A) to a line which runs north and south begininng at Little Morongo Canyon (San Bernardino/Riverside County Line) , Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to Pinkham Wash the South to Box Canyon Road, then southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside/Imperial County Line. ---------------------------------------------------------------- ELEC1245C 06/01/2000 Rates Fringes OUTSIDE UTILITY TRANSMISSION WORK: Line worker; Cable splicer 31.26 4.5% + 7.35 Powder worker 29.70 4.5% + 7.46 Ground person 20.32 4.5% + 7.58 Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below) , and overhead and underground distribution line equipment) 26.57 4.5t + 7.07 Line worker, welding 32.82 4.5% + 7.53 SCOPE OF WORK: All outside work on electrical transmission lines, switchyards and substations, and outside work in electrical utility distribution systems owned, maintained and operated by electrical utility companies, municipalities, or governmental agencies. • • ---------------------------------------------------------------- ELEV0018A 09/15/2000 Rates Fringes ELEVATOR MECHANIC 32.805 7.195 FOOTNOTE: Vacation Pay: 8° with 5 or more years of service, 6a for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. ---------------------------------------------------------------- ENGI0012C 07/01/2000 Rates Fringes POWER EQUIPMENT OPERATORS: GROUP 1 26.25 9.85 GROUP 2 27.03 9.65 GROUP 3 27.32 9.85 GROUP 4 28.21 9. 85 GROUP 5 28.43 9. 85 GROUP 6 29.53 9. 85 GROUP 7 28.54 9.85 GROUP 8 29.64 9.85 GROUP 9 28.66 9.85 GROUP 10 29.76 9.85 GROUP 11 28 .83 9.85 GROUP 12 26.93 9.85 GROUP 13 28.96 9.85 GROUP 14 29.04 9.85 GROUP 15 29.16 9.85 GROUP 16 29.33 9.85 GROUP 17 29.43 9.85 GROUP 18 29.54 9.85 GROUP 19 29.66 9.85 GROUP 20 29.83 9.85 GROUP 21 30.93 9.85 GROUP 22 30. 04 9.85 GROUP 23 30.16 9.85 GROUP 24 30.83 9.85 CRANES, PILEDRIVING & HOISTING EQUIPMENT: GROUP 1 27.00 9.85 GROUP 2 28.78 9.85 GROUP 3 28.07 9.85 GROUP 4 28.21 9.85 GROUP 5 28.43 9.85 GROUP 6 28.54 9.85 GROUP 7 28 .66 9.85 GROUP 8 28.63 9.85 GROUP 9 29.00 9.85 GROUP 10 30.00 9.85 GROUP 11 31.00 9.85 GROUP 12 32.00 9.85 GROUP 13 33.00 9.85 • TUNNEL WORK: GROUP 1 27.50 9.85 GROUP 2 28.28 9.85 GROUP 3 28.57 9.85 GROUP 4 28.71 9.85 GROUP 5 28.93 9.85 GROUP 6 29.04 9.85 GROUP 7 29.16 9.85 FOOTNOTES: Workers required to suit up and work in a hazardous material environment: $1.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Barge, brake, compressor operator, Ditch Witch, with seat or similar type equipment, elevator operator - inside, engineer oiler, generator operator, generator, pump or compressor plant operator, pump operator, signal, switch GROUP 2 : Asphalt-rubber plant operator (nurse tank operator) , concrete mixer operator - skip type, conveyor operator, fire person, hydrostatic pump operator, oiler crusher (asphalt or concrete plant) , skiploader (wheel type up to 3/4 yd. without attachment) , tar pot fire person, temporary heating plant operator, trenching machine oiler GROUP 3 : Asphalt-rubber blend operator, equipment greaser (rack) , Ford Ferguson (with dragtype attachments) , helicopter radio (ground) , stationary pipe wrapping and cleaning machine operator GROUP 4 : Asphalt plant fire person, backhoe operator (mini-max or similar type) , boring machine operator, box or mixer (asphalt or concrete) , chip spreading machine operator, concrete cleaning decontamination machine operator, concrete pump operator (small portable) , drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum) , equipment greaser (grease truck) , guard rail post driver operator, highline cableway signal, hydra-hammer-aero stomper, power concrete curing machine operator, power concrete saw operator, power-driven jumbo form setter operator, power sweeper operator, roller operator (compacting) , screed operator (asphalt or concrete) , trenching machine operator (up to 6 ft.) GROUP 5: Equipment greaser (grease truck/multi-shift) GROUP 6: Asphalt plant engineer, batch plant operator, bit sharpener, concrete joint machine operator (canal and similar type) , concrete planer operator, deck engine operator, derrick (oilfield type) , drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum) , drilling machine operator (including water wells incidental to, building, heavy or highway construction) , hydrographic seeder machine operator (straw, pump or seed) , Jackson track maintainer, or similar type, Kalamazoo switch tamper, or similar type, machine tool operator, Maginnis .internal full slab vibrator, mechanical berm, curb or gutter (concrete or asphalt) , mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar) , pavement breaker operator (truck mounted) , road oil mixing machine operator, roller operator (asphalt or finish) , rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck) , self- propelled tar pipelining machine operator, skiploader operator (crawler and wheel type, over 3/4 yd',. and up to and including 1- :1/2 yds. ) , slip form pump operator (power driven hydraulic .Lifting device for concrete forms) , tractor operator - bulldozer, tamper-scraper (single engine, up to', 100 h.p. flywheel and similar types, up to and including D,-5 and similar types) , tugger hoist operator (1 drum) , ultra high pressure waterjet cutting tool system operator, vacuum blasting machine operator GROUP 7: Asphalt or concrete spreading operator (tamping or finishing) , asphalt paving machine operator (Barber Greene or similar type) , asphalt-rubber distribution operator, backhoe operator (up to and including 3/4 yd. ) , small Ford, Case or similar, cast-in-place pipe laying machine operator, combination mixer and compressor operator (gunite work) , compactor operator (self-propelled) , concrete mixer operator (paving) , crushing plant operator, drill doctor, drilling machine operator, bucket or auger types (Calweld 150 bucket or similar types - Watson .1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60,' maximum) , elevating grader operator, grade checker, gradall operator, grouting machine operator, heavy-duty repair person, heavy equipment robotics operator, Kalamazoo balliste regulator or similar type, Kolman belt loader and similar type, Le Tourneau blob compactor or similar type, loader operator (Athey, Euclid, Sierra and similar types) , pneumatic concrete placing machine operator (Hackley- :Presswell or similar type) , pumperete gun operator, rotary drill operator (excluding caisson type) , rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and' all attachments over 25 yds. up to and including So cu. yds. struck) , rubber-tired earth- moving equipment operator (multiple engine up to and including 25 yds. struck) , rubber-tired scraper operator (self-loading paddle wheel type - John Deere, 1040 and similar single unit) , self- propelled curb and gutter machine operator, skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds. ) , soil remediation plant operator, surface heaters and planer operator, tractor compressor drill combination operator, tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar - bulldozer, tamper, scraper and push tractor single engine) , tractor operator (boom attachments) , traveling pipe wrapping, cleaning and bending machine operator, trenching machine operator (over 6 ft. depth capacity, manufacturer's rating) , ultra high pressure waterjet cutting tool system mechanic GROUP 8: Heavy-duty repair person (multi-shift) GROUP 9: Drilling machine operator, bucket or auger types (Calweld 200 H bucket or similar types - Watson 3000 or 5000 auger or similar types - Texoma 900 auger or similar types - drilling depth of 105 , maximum) , dual drum mixer, dynamic compactor LDC350 (or similar types) , heavy-duty repair-welder combination, monorail locomotive operator (diesel, gas or electric) , motor patrol - blade operator (single engine) , multiple engine tractor operator (Euclid and similar type - except Quad 9 cat. ) , rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck) , rubber-tired earth-moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck) , tower crane repair person, tractor loader operator (crawler and wheel type over 6-1/2 yds. ) , Woods mixer operator (and similar Pugmill equipment) GROUP 10 : Heavy-duty repair-welder combination (multi-shift) GROUP 11: Auto grader operator, automatic slip form operator, drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling_ depth of 175 - maximum) , hoe ram or similar with compressor, mass excavator operator, mechanical finishing machine operator, mobile form traveler operator, motor patrol operator (multi-engine) , pipe mobile machine operator, rubber-tired earth-moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) , rubber-tired self-loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 12: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 13 : Canal liner operator, canal trimmer operator, remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional) , wheel excavator operator GROUP 14: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck) , rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine - up to and including 25 yds. struck) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck) , rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck) , tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 17 : Rubber-tired earth-moving 'equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 18 : Rotex concrete belt operator (or similar types) , rubber-tired earth-moving equipment ioperator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck) , rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 19 : Rubber-tired earth-moving ',equipment operator, operating in tandem (scrapers, belly, dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck) , rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 20 : Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 21: Rubber-tired earth-moving 'equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) ,GROUP 22 : Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.! and up to and including 50 yds. struck) , rubber-tired earth-moving equipment operator, operating with the tandem push-pull 'system (multiple engine, up to and including 25 yds. struck) GROUP 23 : Rubber-tired earth-moving equipment operator, operating equipment with the tandem 'push-pull system (single engine, over 50 yds. struck) , rubber tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 24 : Concrete pump operator - truck mounted, rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2 : Truck crane oiler GROUP 3 : A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4 : Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Stinger crane (Austin-Western or similar type) ; Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type) ; Lift mobile operator; Lift slab machine operator (Vagtborg and similar types) ; Material hoist operator; Polar gantry crane operator; Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc) ; Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc) ; Tower crane repair; Tugger hoist operator (3 drum) GROUP 8 : Crane operator (up to and including 25 ton capacity) ; Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity) ; Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity) ; Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds. mrc) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc) ; Derrick barge operator (over 25 tons up to and including 50 tons mrc) ; Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc) ; K-crane operator; Polar crane operator GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc) ; Derrick barge operator (over 50 tons up to and including 100 tons mrc) ; Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc) , Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C. ) ; Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 20o tons mrc) ; Deck barge operator (over 100 tons up to and including 200 tons mrc) ; Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to! , and including 200 tons mrc) ; Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12 : Crane operator (over 200 tons up to and including 3o0 tons mrc) ; Derrick barge operator (over 200 tons up to and including 300 tons mrc) ; Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons rare) ; Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13 : Crane operator (over 300 tons) ; Derrick barge operator (over 300 tons) ; Helicopter pilot; Hoist operator, stiff :Legs, Guy derrick or similar type (over 300 tons) ; Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3 : Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4 : Bit sharpener; Equipment greaser (grease truck) ; Slip form pump operator (power-driven hydraulic lifting device for concrete forms) ; Tugger hoist operator (1 drum) ; Tunnel :Locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd. ) ; Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types) ; Mucking machine operator (1/4 yd. , rubber-tired, rail or track type) ; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type) ; Pneumatic heading shield (tunnel) ; Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum) ; Tunnel locomotiv& operator (over 30 tons) GROUP 6: Heavy-duty repair/welder combination GROUP 7: Tunnel mole boring machine operator ------------------------------------7--------------------------- ENGIO012D 08/01/1999 , Rates Fringes .POWER EQUIPMENT OPERATORS: DREDGING: Lever person 3�1.85 10.35 Dozer operator 2,8.38 10.35 Welder; Deckmate 2,8 .27 10.35 Winch operator (stern winch on dredge) 27.72 10.35 Fire person - oiler; Leveehand; Deckhand; Barge person 27.18 10.35 Barge mate 27.79 10.35 ---------------------------------------------------------------- IRON0002E 07/01/2000 Rates Fringes IRONWORKERS: Fence erector 23.94 14.375 Ornamental, reinforcing and structural 24.83 14.375 FOOTNOTE: Work at Chocolate Mountains Naval Reserve - Niland: $3 .00 per hour additional. ---------------------------------------------------------------- LABO0001B 09/01/2000 Rates Fringes BRICK TENDER 19.67 9.10 FORK LIFT OPERATOR 19.82 9.10 ---------------------------------------------------------------- LABO0002H 07/01/2000 Rates Fringes LABORERS: GROUP 1 18.82 9.65 GROUP 2 19.27 9.65 GROUP 3 19.62 9.65 GROUP 4 20.92 9.65 GROUP 5 21.67 9.65 TUNNEL LABORERS: GROUP 1 21.73 9.65 GROUP 2 21.95 9.65 GROUP 3 22.21 9.65 GROUP 4 22.65 9.65 GUNITE LABORERS: GROUP 1 21.69 11.88 GROUP 2 20.74 11.88 GROUP 3 17.20 11.88 HOUSEMOVERS (ONLY WHERE HOUSEMOVING IS INCIDENTAL TO A CONSTRUCTION CONTRACT) : Housemover 15.50 8.38 Yard maintenance person 15.25 8.38 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75 ' -0" above base level and which work must be performed in whole or in part more than 75 ' -0" above base level, that work performed above the 75 - -0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of, demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks) ; Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and :signaling; scaler; Slip form raiser; , Slurry seal crew (mixer operator, applicator operator, squeegee person, shuttle person, top person.) , filling of cracks by any method on any surface; '.Car and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asbestos abatement; Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement) ; Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition) ; Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; :Laborer, packing rod steel and pans; Membrane vapor barrier .installer; Power broom sweeper (small) ; Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender) ; Septic tank digger and installer (lead) ; Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3 : Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-I1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oils and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same) ;! Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and 9 workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing) ; Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types) ; Concrete core cutter (walls, floors or ceilings) , grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person) , water blasting, Porta Shot-Blast; Welding in connection with laborers' work GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP l: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside) ; Swamper (brake person and switch person on tunnel work) ; Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc. ) ; Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3 : Blaster, driller, powder person; Chemical grout jet person; cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine) ; Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house) ; Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work GUNITE LABORER CLASSIFICATIONS GROUP 1: Nozzle person and rod person GROUP 2 : Gun person GROUP 3 : Rebound person LABOD783C 08/02/2000 Rates Fringes PLASTERER TENDERS: Plasterer tender 21.08 9.62 Plaster clean-up laborer 18.53 9.62 ..------------------------------- ------------------— LA300882A O1/01/2000 Rates Fringes ASBESTOS REMOVAL LABORER 13 .72 4.31 SCOPE OF WORK: includes site mobilization, initial site clean-up, site preparation, removal of asbestos-containing material and toxic waste (including lead abatement and any other toxic materials) , encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste (including lead abatement and any other toxic materials) by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers, and assembly of decontamination stations. ---------------------------------------------------------------- LABO1184A 08/01/2000 Rates Fringes LABORERS - STRIPING: GROUP 1 19.60 7.76 GROUP 2 20.15 7.76 GROUP 3 21.97 7 .76 GROUP 4 23.22 7.76 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any methodlon any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician 0 GROUP 2 : Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc. ) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3 : Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4 : Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- PAIN0036A O8/01/2000 Rates Fringes PAINTER (includes lead abatement) : Work on service stations and and car washes; Small new commercial work (defined as construction up to and including 3 stories in height, such as small shopping centers, small stores, small office buildings and small food establishments) ; Small new industrial work (defined as light metal buildings, small warehouses, small storage facilities and tilt-up buildings) ; Repaint work (defined as repaint of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities) ; Tenant improvement work (defined as tenant improvement work not included in conjunction with the construction of the building, and all repainting of tenant improvement projects 20. 75 5.52 All other work 24.02 5.52 PAIN0036H 10/01/1999 Rates Fringes DRYWALL FINISHERS: Work on wood frame structures 18 . 00 3 .71 All other work 24.33 6.88 PAINOG36B 06/01/1999 Rates Fringes GLAZIER 26.10 7.23 FOOTNOTES: Work in a condor, from the third (3rd) floor and up: $1.25 per hour additional. Work on the outside of the building from a swing stage or any :suspended contrivance, from the ground up: $1.25 per hour additional. ---------------------------------------------------------------- PAIN1247D O1/01/2001 Rates Fringes SOFT FLOOR LAYER 25 .45 6.22 ---------------------------------------------------------------- PLAS0200D 08/06/1997 Rates Fringes PLASTERER 24.13 4.04 ---------------------------------------------------------------- PLASOSOOB 07/01/1999 Rates Fringes CEMENT MASONS: Work on projects where the total permit value of the general and all, subcontracts is $12 million or less,: Cement Mason; curb and gutter machine; Clary and similar type of screed operator (cement only) ; grinding machine (all types) ; Jackson vibratory, Texas screed and similar type screed operator; scoring machine operator L8 .85 8.83 Cement mason (magnesite, magnesite - terrazzo and mastic composition, epoxy, urethanes and exotic coatings, Dex-O-Tex) 16.97 8.83 Cement mason, floating and troweling machine operator 19.10 8.83 All other work: Cement mason; curb and gutter machine operator; Clary and similar type of screed operator (cement only) ; grinding machine (all types) ; Jackson vibratory, Texas screed and similar type screed operator; scoring machine operator 20.81 10.83 Cement mason (magnesite, magnesite - terrazzo and mastic composition, epoxy, urethanes and exotic coatings, Dex-O-Tex) 20.93 10.83 Cement Mason - floating and troweling machine operator 21.06 10.83 FOOTNOTE: Work on a swinging stage, bosun chair, or suspended scaffold, whether swinging or rigid, above or below ground: $0.25 per hour additional. ---------------------------------------------------------------- PLUM0016A 07/01/2000 Rates Fringes PLUMBER & PIPEFITTER, REFRIGERATRION & AIR CONDITIONING FITTER 25.78 11.87 SEWER AND STORM DRAIN WORK 17.46 10.76 SERVICE and REPAIR 24.93 11.32 ---------------------------------------------------------------- PLUM0345A 07/01/2000 Rates Fringes LANDSCAPE & IRRIGATION FITTER 20.23 11.10 ---------------------------------------------------------------- PLUM0364A 03/09/1998 Rates Fringes REFRIGERATION & AIR CONDITIONING 24.98 6.34 ---------------------------------------------------------------- ROOF0146A 09/01/1994 Rates Fringes ROOFERS 18.78 8.25 * SFCA0669B 04/01/2001 Rates Fringes SPRINKLER FITTER (FIRE) 26.50 6.00 SHEE0102B 02/01/2001 ,Rates Fringes COMMERCIAL SHEET METAL WORKER: Work on all commercial HVAC for creature comfort and computers clean rooms, architectural metals, metal roofing and lagging, over insulation 28.60 10.39 - --------------------------------------------------------------- SHEE0102C 02/01/2001 Rates Fringes ]INDUSTRIAL SPECIALTIES SHEET METAL WORKER: Work on all air pollution control systems, noise abatement panels, blow pipe, air-veyor systems, dust collecting, baghouses, heating, air conditioning, and ventilating (other than creature comfort) and all other industrial work, including metal insulated ceilings 24.91 13 .62 TEAM0011E 07/01/1999 Rates Fringes TRUCK DRIVERS: GROUP 1 20.19 11.89 GROUP 2 20.34 11.89 GROUP 3 20.47 11.89 GROUP 4 20.66 11.89 GROUP 5 20.60 11.89 GROUP 6 20.72 11.89 GROUP 7 20.97 11.89 GROUP 8 21.22 11.89 GROUP 9 21.42 11.89 GROUP 10 21.72 11.39 GROUP 11 22.22 11.89 TRUCK DRIVER CLASSIFICATIONS'. GROUP 1: Truck driver GROUP 2 : Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck-mounted broom GROUP 3 : Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water 0 level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds. ; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser andtire person ($0.50 additional for tire person) ; Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axle; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8 : Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CPR 5.5 (a) (1) (v) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a 0 position on a wage determination matter * a conformance (additional classification and rate) ruling on survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1. 8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by;a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly', to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4 . ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION I-' 7777777777777= UN-' ........... CERTIFICATE NUMBER LUS-000227$92-00 �mik THIS CERTIFICATE IS ISSUED ASW. TTER OF INFORMATION ONLY AND CONFERS PRODUCER P R THAN THOSE PROVIDED IN THE Marsh Risk&Insurance Services NO ZRIGHTS UPON THE CERTIFICATE HOLDER OTHER 4695 MacArthur Court,Suite 700 POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE (949)391 AFFORDED BY THE POLICIES DESCRIBED HEREIN. License#0437153 COMPANIES AFFORDING COVERAGE Newport Beach,CA 92660 COMPANY A American Manufacturers Mutual Insurance Company INSURED COMPANY E.L.Yeager Construction Company,Inc. IS Lumbermens Mutual Casualty Company P.O.Box 87 COMPANY Riverside,CA 92502 C National Union Fire Insurance Company of PA COMPANY D American Protection insurance Company a C ....Thls'cert UR THIS IS TO CERTIFY THAT POLICIES OF INSANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED By PAID CLAIMS POUCYEFFFCTIVE POUCYEXPIRATION LIMITS COTYPE OF INSURANCE POLICY NUMBER DATE(MMIDDIYY) DATE(MMIDI LTR GENERAL LIABILITY - GENERAL AGGREGATE $ 2,000,000 GENERAL A 7X COMMERCIAL GENE LIABILITY 15AG043706-01 10/01/00 10101/01 PRODUCTS-COMP/OP AGO $ 2,000,000 GENERAL L S MADE 1XI OCCUR PERSONAL&ADV INJURY $ 1,000,000 CLAIM OWNERS&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,0w X 7MjaC qgragntp FIRE DAMAGE(Any one fire) $ 50,000 MED EXP(Anyone Person) $ 5,000 a EAUTOMOENLELIAASILITY COMBINED SINGLE LIMIT $ 1,000,000 B X ANY AUTO F5DO07436-01 10/01/00 10/01/01 ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULEDAUTOS X HIRED AUTOS BODILY INJURY $ (Per amident) NON-OWNED AUTOS COMP/COLL DIED-$500 PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY-EA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY 'I I p Hk 1 11 EACHACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 16,000,000 UMBRELLA FORM BE7401060 10/01100 10/01/01 AGGREGATE $ 10,000,000 OTHER THAN UMBRELLA FORM - $ WORPJERSCOMPENbAIIUNMU D EMPLOYERS'LIABILITY 5BROO2417-01 10101100 10/01/01 EL EACH ACCIDENT $ 1,000,000 THE T PROPRIEEL DISEASE-POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE INCL TIVE EL DISEASE-EACH EMPLOYEE $ 1,000,000 OFF _XCL - OTHER DESCRIPTION OF OPERATIONS/L0CATI-ONSNEHICLESISPECIAL ITEMS(LIMITS MAY 89 SUBJECT TO DEDUCTIBLES OR RETENTIONS) RE: Crossley Tract Street and Drainage Improvements,Phase 4,CP00-311,A4368 The City of Palm Springs is named as additional insured as their interest appears per written contract � mlj m^ '7 ­10 IN!- IFICATERO 'Aj'AA eF!Mc0 SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL IEKWV + MAIL 'in DAYS WRITTEN NOTICE TO THE City of Palm Springs CERTIFICATE HOLDER NAMED HEREIN, Office of the City Clerk xxxxx 3200Talrquitz Canyon Way Palm Springs,CA 92262 MARSH USA INC. BY: John Graef L7"" ELYEAGER ACORDTM CERTIFIC E OF INSURANCE 10/15/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied North America ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 39300 C1V1C Center Dr. Ste 390 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fremont , CA 94538 COMPANIES AFFORDING COVERAGE Phone : 510-578-2000 COMPANY License No . OC38887 ASt . Paul Fire and Marine INS URED COMPANY H .L. Yeager Construction , B ` Company, Inc . � - - — P. O. Box 87 coMCNv Riverside, CA 92502 - -- ' — - COMPANY D COVERAGES THIS IS TO CERTIFY THAT 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO POLICY EFFECTIVE POLICY EXPIRATION L_R TYPE OF INSURANCE POLICY NUMBER DATE(MMIDD/YY) CAT E(MMIDD/YYI LIMITS - A GENERAL LIABILITY KK06500066 10/01/02 08/31/03 GENERAL AGGREGATE $4 ,-000, Q00 Ix COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $4, 0 0 O L0 O O /CLAIMS MADE I X l OCCUR PERSONAL&ADV INJURY _$4 , 000 , 000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE _ $2 0 0 0 0 0 0 _ X Per Project FIRE DAMAGE(Any en.fine) i$2 , 000 0 IAqqreqate MED EXP(Any one person) I$5 , oOO A AUTOMOBILE LIABILITY KK06500066 10/01/02 08/31/03 COMBINED SINGLE LIMIT ;s2 , 000 , 000 X ANY AUTO ALL OWNED AUTOS - BODILY INJURY $ { .SCHEDULEDAUTOS n _ (Per person)- — - — X HIREOAUTOS �r�l hJ(L UAr^ a',: a�UPFPPl'aUi1)r2) �'rP.`p— ., BODILY INJURY X NON-OWNED AUTOS �" �'d ��L (Per acadeno $ -a - '- - --- PROPERTY DAMAGE $ GARAGE LIABILITY I AUTO ONLY-EA ACCIDENT_S ANY AUTO OTHER THAN AUTO ONLY: - - _ — EACH ACCIDENT $ AGGREGATE S A IF EXCESS LIABILITY KG02900668 10/01/02 08/31/03 EACH OCCURRENCE - - $LToOO , OOO _ UMBRELLA FORM AGGREGATE _ $5 O O 0,A0 O OTHER TH-N UMBRELLA FORM - - - 5 A WORKERS COMPENSATION AND WVK6500111 10/01/02 108/31/03 X I STATUTORY LIMITS EMPLOYERS'LIABILITY EACH ACCIDENT - $1 , 0 0 0 , 0 0 0 THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT $1 000 , 000 PARTNERS/EXECUTIVE -- - ' OFFICERS ARE � EXCL DISEASE-EACH EMPLOYEE I$1 000, 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Re : 4368 Crossley Tract, M06898 . The City of Palm Springs is added as additional insured per the attached endorsement . CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City Of Palm Springs EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL office of the City Clerk _L5—DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Patricia A. Sanders BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahquitz Canyon Way OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Palm Springs, CA 92262 AUTHORIZEDREP,tt ESENTATIVE v� ACORD 25S(3193)1 of ], #M186802 � -a41q ^ CRR © ACORD CORPORATION 1993