Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03913 - AMERICAN ASPHALT 97/98 SLURRY SEAL MO 6105
CITY OF PALM SPRINGS C A L I F 0 R N I A P.O. BOX 2743, Palm Springs, California 92263 (619) 323-8253 Department of Public Works Administration - Engineering Division NOTICE OF ACTION FOR X❑ PUBLIC AND/OR ❑ PRIVATE IMPROVEMENTS TO: American Asphalt ACCEPTANCE DATE: May 22, 1998 27601 Industrial Blvd. Hayward, Ca. 94540-3367 PROJECT: 1997/1998 Annual Slurry Program, C.P. 97-16 ATTENTION: Kim Henshel AGREEMENT NO.3913 MINUTE ORDER NO. 6105 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 815 A.C. Berm L.F. Curbing L. F. Street Paving 18,010 S . F. Street Paving S . F. Sidewalks S .F. Sidewalks S .F. Survey Monuments Ea. Survey Monuments Ea. Slurry of Various Streets 6,098,867 S.F. Parking Lot 79, 439 S.F. Location:Various Street in Sections 25, 26, 27, 29, 30, 34 , 35/1 C.P.S . Drawing No (s) . Permit No. 12240 Contractor (s) actually doing the work American Asphalt Notify your bonding company/bank to release the following bonds : No. 446769 P in the amount of $ 457 , 124 . 11 Performance: 5/28/99 No. 446769 P in the amount of $ 457 , 124 . 11 Payment : 6/29/98 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 Bond Co. /Bank Developers Insurance Co. Comments : FINAL CONTRACT AMOUNT: $ 486, 618 . 02 Submitted by(_' h Engineer ng FiEUd Supervisor Approved by Approved by City Engineer Dir o , Dept . of Transportation Distribution: Original to Addressee; Copies to : City Clerk, Engineering File, Engineering Field Supervisor, Building, General Operations Index No. 9805 B 217467 Return To: RECEIVED FOR RECORD City Clerk AT 8:00 AM City of Palm Springs P.O.Box 2743 MAY 2 8 1998 Palm Springs, CA 92263-2743 to wr&d in arw Pmor& NOTICE OF COMPLETION PA r17 Fees 5 NOTICE IS HEREBY given that: 1. The_City_of Palm Springs, California; is-a municipal corporation, organized and incorporated pursuant to the IFj" laws of the State of California. l 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any 1'- - --- 1 and all Notices of Completion. iht;th 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California(P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 22nd day of May 1998. 5. The name of the contractor (if named) for such work of improvement was: American Asphalt. 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: 1997/98 Annual Slurry Seal. 7. The property address or location of said property is: Various locations in Sections 25,26, 27, 29, 30, 35 - - - ------ and Section 1 T5S R4E. S. City Project No. 97-16, Agreement No. 3913, Minute Order No. 6105 DATED: May 26, 1998 CITY OF PALM SPRINGS REVIEWED BY: i/ U B d�Gr�eld,l `.11 5��7�P Director, 8/ Department of Transportation JUDITH SUMICH, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that she makes this verification on behalf of said corporation; that she has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, she makes this verification on behalf of said rnmticipal corporation. City Clerk WP:md/Oct94 Index No. 0598 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: American Asphalt Date: 4/16/98 727 Shasta Street Project No. 9716 Redwood City, CA. 94063 Project Name: 1997/98 Annual Slurry Program Change Order No. One (1) Attn: Kim Henschel Contract Purchase No. 806340 Account Number: 134-320-0498-7487 Agr.# 3913 M.O.# 6105 Res. # A. CHANGES IN WORK: INCREASE TO CONTRACT QUANTITIES Additional Streets to be Slurried New Bid Items 2. Section 20 Crossley Ave: Ave. 34th to Mesquite Ave. Section 26 Toledo Ave Madrona to La Verne Way Oro Prado So. Palm Cyn to 249 ft East / So. Palm Cyn La Paz Sierra Way to 225 ft South / Sierra Way Madrona Sierra Way to 393 ft South / Sierra Way Section 27 Cam. Descanso: So. Palm Cyn to Cam. Barranca Cam. Barranca: Cam Descanso to South End Liliana Drive: So. Palm Cyn to Liliana Drive So. Palm Cyn. W Palm Cyn to East Palm Cyn Section 29 Bolero Road Golf Club 1757ft East/Golf Club Section 35/1 Ridgemore: Andreas Hills to East End So. Palm Cyn Bogert Trail to Acanto Drive Ave. Sevilla North End to Bogert Trail Corsica Ct. Ave. Sevilla to South End Barona Road Bogert Trail to North End Marigold Bogert Trail to South End Goldenrod Bogert Trail to North End Snapdragon Goldenrod to West End Goldenrod Bogert Trail to Dogwood Azalea Goldrod Trail to West End Azalea Goldrod Trail to East End 1 3. Slurry of Parking lots at: Fire Station # 2 Fire Station # 3 Training Facility 4. Widening of the South side of Tachevah Drive from Gene Autry to Bird Center Drive. Mobilization Clear & Grub Import Fill 3" AC 6" Miscellaneous Base Construct 480 Lineal Feet of AC Berm Construct Cross Gutter & Spandrel Widening of the West side of Bird Center Drive from Tachevah Drive to existing Improvements Mobilization Clear & Grub 3" AC 6" Miscellaneous Base DECREASE TO CONTRACT QUANTITIES Bid Items 1. Section 25 E Palm Cyn Frontage: Smoketree Lane to West End E Palm Cyn Frontage: Barona to Fast Palm Cyn Section 27 Camino Encanto: So. Palm Cyn. to West End Section 29 Marguerite St: Avenue 34th to Martha St. Martha St: Marguerite St. to Lawrence St. Lawrence St: Martha St. to Avenue 34th Section 35/1 Mountain Shadow: San Rafael Rd. to North End Twin Star: Mountain Shadow to Mica Drive Mica Drive: Twin Star Rd. to North End Garnet Rd: Mica Drive to Mtn. Shadow Sand Springs Twin Star to Garnet Rd. Toledo Ave Madrona to Murray Cyn B. CHANGES IN COST: INCREASE TO CONTRACT QUANTITIES Additional Streets to be Slurried New Bid Item 2. Section 20 Estimated Quantity 107,289 sf As Built Quantity 195,151 sf 87,862 sf @ $0.072 = $6,326.06 2 Section 26 4 Additional Streets 4 7,612 sf @ $0.072 = $3,428.06 Section 27 As Built Quantity 331,142 Estimated Quantity 255,078 76,064 sf @ $0.072 = $5,476.61 Section 3511 As Built Quantity 1,257,397 sf Estimate Quantity 1,110,168 sf 147,229 sf @ $0.072 = $10,600.48 Sub-Total $25,831.21 3. Slurry Parking lots at: Fire Station # 2 4,660 sf. @ .072 = $ 335.52 Fire Station # 3 16,346 sf. @ .072 = $1,176.91 Training Facility 58,433 sf. @ .072 = $4,207.18 Sub-Total $5,719.61 4. Widening of the South side Tachevah Dr. from Gene Autry to Bird Center Drive. Mobilization $ 2,200.00 Clear & Grub $ 1,870.00 Import Fill $13,975.00 3" AC $ 8,640.00 6" Miscellaneous Base $ 6,000.00 Construct 480 Lineal Feet of AC Berm $ 1,840.00 Construct Cross Gutter & Spandrel $ 2,602.50 Sub-Total $37,027.50 Widening of the West side of Bird Center Drive from Tachevah Dr. to existing Improvements Mobilization $ 1,100.00 Clear & Grub $ 220.00 3" AC $ 2,160.00 6" Miscellaneous Base $ 1,350.00 Sub-Total $ 4,830.00 Total Increases $73,408.32 * Note: The above prices for the widening of Tachevah Drive and Bird Center Drive are agreed Lump Sum prices. DECREASE TO CONTRACT QUANTITIES 1. Section 25 Estimated Quantity 450,144 sf As Built Quantity 412,845 sf (37,299 A @ $0.072 = ($ 2,685.53) Section 26 Estimated Quantity 2,730,915 sf As Built Quantity 2,293,077 sf ( 437,838 sf) @ $0.072 = ($31,524.34) 3 Section 29 Estimated Quantity 906,786 sf As Built Quantity 869,253 sf 137,533 A @ $0.072 = ($2,702.38) Section 30 Estimated Quantity 652,086 sf As Built Quantity 640,546 sf 11,540 sf @ $0.072 = ($ 830.88) Section 34 Estimated Quantity 66,231 sf As Built Quantity 62,522 sf 3,709 sf @ $0.072 = ($ 267.05) Total Decreases ($38,010.18) Increase Sub Total $73,408.32 Decrease Sub Total ($38,010.18) TOTAL NET CHANGE ORDER AMOUNT $35,398.14 C. REASONS FOR CHANGES: Additional streets in sections 20, 26, 27, 29, and 35, were added to this years slurry program due to, studies indicated that these streets had not been done in over 5 years or more. We also included the parking lots for the Fire Departments' Training Facility, Fire Stations 1 and 2 which was requested by the Fire Department. Streets in sections 25, 27, 29 and 35 were deleted out of this years' slurry project due to upcoming Utility projects for those sections. Bird Center Drive and Tachevah Drive were added in accordance with the Citys' Business Retention Program at the request of the Bird Corporation, * Note: No additional mark ups will be added to any item on this Change Order. All cost per each item are final. D. SOURCE OF FUNDS: Funds are available in the following accounts: 134-320-0498-7770 Summary of Costs Contract Time Original Contract Amount: $457,124.11 Original Completion Date:May 18, 1998 This Change Order: $ 35,398.14 Days Added for this C.C.O.: 15 days Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $492,522.25 Revised Completion Date: June 09, 1998 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES � „/ _ are acceptable to he contractor. Submitted �1/ {Nd (7 Date 4-7- -tea J Fiel E gi a ng Supervisor By % �� r��i��a� Approved By Date ' �✓ _l City.Engineer ,n Title 7 ,G Approved b 9'U�'�1k�: ._ ^' Date ect f r sportation Date�� Approvedby Date // i nag r 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 APPROVED BY THE (CFY COUVACK DY �l7J�J _4oj:JP _r. 4 �}3 a'( 3 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: American Asphalt Date: 5/5/98 727 Shasta Street Project No. 97-16 Redwood City, CA. 94063 Project Name: 1997/98 Annual Slurry Program Change Order No. Two (2) Attn: Kim Henschel Contract Purchase No. 806340 Account Number: 134-320-0498-7487 Agr.# 3913 M.O.# 6105 Res. # A. CHANGES IN WORK: INCREASE TO CONTRACT QUANTITIES 1. Slurry of Airport Hangar Area B. CHANGES IN COST: INCREASE TO CONTRACT QUANTITIES / 1. Slurry of Airport Hangar Area 450 x50 = 22,500 sf @ $.072 = $1,620.00 TOTAL NET CHANGE ORDER AMOUNT $1,620.00 C. REASONS FOR CHANGES: Airport staff requested slurry seal of approximately 22,500 square feet, location being 450 feet northeast of existing "T" hangar by gate #12. This work is for the upcoming AOPA Convention in October. " Note: No additional mark ups will be added to any item on this Change Order. All costs for each item are final. D. SOURCE OF FUNDS: Funds are available in account #341.320-0671-7754 Summary of Costs Contract Time Original Contract Amount: $457,124.11 Original Completion Date:May 18, 1998 This Change Order: $ 1,620.00 Days Added for this C.C.O.: 1 day Previous Change Order(s): $ 35,398.14 Previous Days Added: 15 days Revised Contract Amount: $494,142.25 Revised Completion Date: June 10, 1998 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to th contractor. Submittedw Date En e in Field Supervisor By ✓ � Approved By e Date I S, Title �Cc Approved ctor e t f Transpoftat5on Date Approvedby ate City nager Distribution: Original Conformed Copies Conformed-File Copv Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) 6 i-,� C-A',E-p% r%'r �'S 5/3 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: American Asphalt Date: 6/11/98 -7-27 she34e-Street A0 '4r',"—r 3347 Project No. 97-16 _6acianree ty-C 4963 Project Name: 1997/98 Annual Slurry Program Change Order No. Three (3) Balancing Change Order Attn: Kim Henschel Contract Purchase No. 806340 Account Number: 134-320-0498-7487 Agr.# 3913 M.O.# 6105 Res. # A. CHANGES IN WORK: DECREASE TO CONTRACT QUANTITIES Streets in Various Sections 25, 26 29, 30 and 34 B. CHANGES IN COST: DECREASE TO CONTRACT QUANTITIES Streets in Various Sections 25, 26 29, 30 and 34 80,927sf @ $0.072 = ($5,826.74) Lump Sum Credit for Widening of Tachevah and Bird Center Drive Lump Sum ...... ($1,697,49) TOTAL NET CHANGE ORDER AMOUNT ............ ($7,524.23) C. REASONS FOR CHANGES: During the slurry of streets in various sections, City staff did an as-built field measurement of the work done, we also got a lump sum credit for some base material provided by City for Tachevah Or and Bird Center Drive, resulting in a decrease of $7,524.23 D. SOURCE OF FUNDS: No additional funds are needed. Summary of Costs Contract Time Original Contract Amount: $467,124.11 Original Completion Date: May 18, 1998 This Change Order: $ ( 7,524.23) Days Added for this C.C.O.: -0- Previous Change Order(s): $ 37,018.14 Previous Days Added: 16 days Revised Contract Amount: $486,618..02 Revised Completion Date: June 10, 1998 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are accede to the contractor. Submitted e 7 Date lam En ineerin Field Supervisor Approved By % .4 Date CPf�7%�� Engine Title_ �� r -��b' Approved by J 1 Ii Date f Transportation Date ' E� Approvedby Date 'I y' Manage Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File 11) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Procurement Manager (1) }_ ._ American Asphalt Repair & Resurfacing Co. , Inc. ! Slurry97/98 a1 CP97-16 AGREEMENT #3913 M06105, 2-18-98 CITY OF PALM SPRINGS • DEPARTMENT' OF TRANSPORTATION ENGINEERING DIVISION ! NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS • FOR CONSTRUCTION ON THE 1997/1998 ANNUAL SLURRY SEAL PROGRAM ! IN THE CITY OF PALM SPRINGS, CALIFORNIA ! CITY PROJECT NUMBER 97-16 December 1997 ! David J. Barakian, PE, City Engineer Allen F. Smoot, AAE, Director of Transportation Bids Open: February 3, 1998 ! Dated: December 30, 1997 ! CITY PROJECT NO . 97- 16 The Special Provisions contained herein have been prepared by, or under the • direct supervision of, the following Registered Civil Engineer, • Q�OF[SSIDN z NO. 50849 v m 2 EXP.91 • Marlin P stra s Ass to Engineer TT CIv1L City of Palm Springs CALIFOO Civil Engineer C 50849 • • Approved by: • David J. Barakian, P.E. City Engineer • Civil Engineer C 28931 • 1997/1993 Annual Slurry Seal Program • City Project Number 97 16 Decambar 30, 1997 SIGNATURE PAGE ,1 City of Palm Springs Department of Transportation Engineering Division Oq Ai Ed \P 3200 Tahquia Canyon Way• Palm Springs,California 92262 <i FO R\A i TEL (760)323-8253 • FAX(760)322-8360 •TDD(760)864-9527 ADDENDUM NO. 1 To all prospective bidders under Specifications for the 1997/1998 Annual Slurry Seal program, City Project No. 97-16, which are to be received by the City of Palm Springs at the office of the Procurement Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 p.m. on Tuesday, 3 February 1998. I. The first sentence of Section N-5 of the Notice Inviting Bids is amended to read, "The Contractor shall possess a valid Class "A" or "C-12" or "C-32" Contractor's license. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 1 of the Bid forms. Failure to provide such acknowledgment shall )render the bid as non-responsive and subject to rejection. BY ORDER OF THE CITY OF PALM SPRINGS City of Palm Springs, California January 29, 1998 By: m en J. Festra City Engineer Civil Engineer #C-50849 Post Office Box 2743 0 Palm Springs, California 92263-2743 AGREEMENT . THIS AGREEMENT made this 5th day of March in the year 1998 , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and American Asphalt Repair & Resurfacing 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 of indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 The Work is generally described as follows: Provide and install Type II slurry seal coat on various city streets, and type 1 slurry coat on a parking lot, replacement of striping and markings and markers, and other incidental work as required,complete in place, per • the plans,the Special Provisions,and the Standard Specifications for Public Works Construction 1997 edition. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $3250.00 for each calendar day that expires after the time specified in Article 2,herein. r ARTICLE 3--CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s)• ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers#I_to #I , 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. AGREEMENT FORM 1997JI998 Annual Blurry seal Program AGREEMENT AND BONDS - PAGE 1 • Clry Project 97-16 30 December 1997 ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6--NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail, postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7--MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights • under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by 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 hinds 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: CITY OF PALM SPRINGS,CALIFORNIA By C I� /T�.c BY City Clerk °� +�j'Ci/tYManag/er/ ( APPROVED AS TO FORM: Date APPROVED BY THE CITY COUNCIL: • By F I�J/� 1:1ns------ City Attorney Minute Order No. 6105 Date 2-18-98 Date Agreement No. #3913 CONTENTS APPROVED: CONTRACTOR: American Asphalt Repair • �7 p) & Resurfacing Co. Inc By By City Engineers Title h9 ��9 Date _ Date • NOTARIZE By Director of Transportation Date AGREEMENT FORM 1997/1998 Annual Slurry Seal Program AGREEMENT AND BONDS - PAGE 2 City Project 97-16 30 December 1997 California All Purpose Acknowledgment State of California County of San Mateo On March 6, 1998 , before me, Karen M Brauer, Notary Public Date Name&Title of Officer/Notary Personally appeared Steve Aguirre Name(s)of Signer(s) Personally known to me,,er-pro-idod-to-rneon t-he-basis-of-satisfactory-evidenee-to-be the persons)whose natne(s,)is/aresubscribed to the within instrument and acknowledged to me thatlie7,'she/tkrey executed the same idlii�er-/their authorized capacity(ic'sl and that byTisGher/their signatur6XJ on the instrument the persoift or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. WIN M.BanIIER i s comr+rion0 109M ! fRmvcorrmEVm&n2.20W NotcwVPjbla—caoes n son Mates county Notary Publ o OPTIONAL (The information below is not required by law) Description of Attached Document Title/type of Document: Agreement Date of Document: March 6, 1998 No. of Pages: 1 Other Signer(s) • NOTICE 'OBIDDERS, PROPOSAL, CONTRA AND SPECIAL PROVISIONS • TABLE ON= 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 - Presecution, Progress, and Acceptance • of the Work Section '7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details • PART III -- APPENDIX Table of Streets and square footages Staging Areas Standard Drawings SPECIAL PROVISIONS 7997/199B ANNUAL SLURRY SEAL PROGRAM GENERAL CONTENTS - PAGE 1 CITY PROJECT 97-16 • 30 DECEMBER 1997 • CITY OF PALM SPRINGS DEPARTMENT OF TRANSPORTATION • ENGINEERING DIVISION • PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS • 199711998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 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 • • CONTENTS 1997/1998 ANNUAL SLURRY SEAL PROGRAM PART I CITY PROJECT 97-16 30 DECEMBER 1997 CITY OF PALM SPRINGS • NOTICE INVITING BIDS For constructing the 1997/1998 Annual Slurry Seal Program City Project 97-16 • N-1. NOTICE IS IIERE33Y GIVEN that sealed bids for the construction of the 1997/1998 Annual Slurry Seal Program will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2 pm on 3 February 1998 at which time they will be opened and read aloud. • N-2 DESCRIPTION OF THE WORK: The Work comprises the application of type II slurry seal on various streets and type I slurry seal on a parking lot, and all appurtenant work consisting of traffic striping and legends. • 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 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall • possess a valid Class A or C- 12 Contractor license at the time of submitting bids. N-6 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by • the Director of the Departmnent 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. 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 . 1997/199H Annual Slurry Seal Program City Project 97-16 NOTICE INVITING BIDS + 30 Decamber 1997 PAGE 1 y 0 • N-7 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-8 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the • City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . (b) Complete sets of said Contract Documents may be purchased at 25 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 $15 . 00 will be charged for sets of documents sent by mail . • N-9 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 qq CITY OF PALM SPgRINGS Date *n CITY OF PALM SPRINGS David J. Barakian, PE C City Engineer City of Palm Springs C 1997/1998 Annual Slurry Seal Program Qty Project 97-16 NOTICE INVITING SODS 30 Deeembm 1997 PAGE 2 C CITY OF PALM SPRINGS INSTRUCTIONS TO MDDERS • 2. 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 Bud 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 and, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §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 Nodes • Inviting Bids at the time of opening Bids. 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 i he 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 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT 97-16 30 DECEMBER 1997 INSTRUCTIONS TO BIDDERS - PACE 1 • 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 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 he 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 mfusal 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 substamially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after; award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. • a. BID FORI1II - The Bid shall be made on the Bid Schedule sheets bound herein and the pages shall not be removed from the bound volume. 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. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall • bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. S. SUBMITTAL OF BIDS - The Bids shall he 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. • I 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 gt 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 INSTRUCTIONS TO 1997/1998 ANNUAL SLURRY SEAL PROGRAM BIDDERS - PAGE 2 CITY PROJECT 97 16 30 DECEMBER 1997 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 at seq. of the California Public Contract Code. 11. QUANTITIES OF WORK - (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a uniT price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be: withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGE -Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SU3STITUTE OR "OR-EQUAL" ITEMS - The Work, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Special Provisions without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Special Provisions that a substitute or "or-equal" item of material or equipment may be furnished or used by the Contractor if acceptable to the Engineer, application for such acceptance will not be considered by the Engineer until after the Effective Date of the Agreement. The procedure for submittal of any such application 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 BOB 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 7 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. ' is. 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. 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT 97-16 30 DECEMBER 1997 INSTRUCTIONS TO BIDDERS - PAGE 3 19. LOCAL BUSINESS PROMOTION: (a) In determining thie lowest responsible Bidder, the following provisions of Section 3.12.205 of the City of Palm Springs Municipal Code shall he applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against thel Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by: placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub- contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - C INSTRUCTIONS TO 199711998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT W- BIDDERS - PAGE 4 i 300ECEMBEP 199791 • • BID DOCUMENTS • Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted • with the Bid at the time of opening of Bads . Bid (Proposal) • Bid Schedule (s) List of Subcontractors Non-collusion Affidavit • Bid Bond (Bid Security Form) Bidder' s General Snfox-oration Failure of a Bidder to fully execute and submit all of • the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. • • 1997/1998 Annual Slurry Seal Program City Project 97-16 30 December 1997 • BID FORMS BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents )as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: 1997/1998 ANNUAL SLURRY SEAL.PROGRAM CITY PROJECT NO. 97-16 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the fallowing Addenda (receipt of which is hereby acknowledged): Number '— _ 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 Ifederal, state, and local laws, ordinances, rules, and regulations), and the i conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 7860, of seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against • liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedulels), 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 Prices) named in the aforementioned Bidding Schedule(s). r^Zl`', b S 6 7f'B nT7"'P;t-`,,m", � na ere qq Gam) t;r:,Csbw�l�d"M1s�Jttl�IMC4risr�I°vblt_.T'rt�.ra1�l3 Dated: �^ dt� 1 l5 Bidder: � By: e a_ <• 4 � ��"!4® (Signature) Title: r,"(lbpok )" J 1997/1998 Annual S1111ty 9ea1 Pm91a171 BID (PROPOSAL) City Prolecl 97-16 30 Nac ,,ber 1997 BID FORMS - PAGE 9 • 131D SCHEDULE Schedule of Prices for the Construction of the: 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 • in Palm Springs, California Itom Description Estlmatad Unit Unit Amount Na. Quantity He. . 1. Type I and Type II Slurry Seal, Including Mobilization, Traffic Control, Removal and Replacement of Reflectorized Raised 6,348,946 SF Pavement Markers and Markings, and all $ Q'G77— $ y 7,l, appurtenant work TOTAL OF ALL ITEMS OF THE BID SCHEDULE: • $ If6ve 44 u ible tav Fir-TY .e, wt;u� 7% i-/oLsAN13 ©we is um)iii P,I (Price In wards) • QUANTITIES OF WORK: `rhe 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. .- .ri I�"" '�Im�IIU i b�A Lib wE IJ Cs ' cJ 11e, Name of Bidder or Firm • UNIT PRICE BID SCHEDULE 11971199E Annual Slurry Seal Program City Project 97-16 BID FORMS - PAGE 2 30 December 1997 INFORMAT143N REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS As required under Section 4100, at seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, 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. al l��ll�Cmm 815--_ R'3 ® fI lef-7YD STI��AtNGS etc f ,0S14 0 .0 CA i 2. • 3. 4. • 5. • 6. 7. • 8. LIST OF SUBCONTRACTORS 1997/1998 Annual Slurry Seal Program BID FORMS - PAGE 3 city Project 97-16 30 Ducambe,1997 • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID • State of California 1 1 ss. County of 1 1, STeue AQViy T-e being first duly sworn, deposes and says that he or she is Gaher4L I lenaaer- of A_rq_1,6Lc4n 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. 7 ry p ;Y —r�,rpll:F'e� Bidder • By , �A rtyiw Title arn�. grW�er Organization • Address AMERICANASWU REPAIR&RESURlAGINGe0 " 727 MAIML— Radwood Qj&CA 94�a3 • NON-COLLUSION AFFIDAVIT 19971199H Annual Slwry Seal Program BID FORMS - PAGE 4 City Prclect 97-16 • 30 Dnembur 1997 • • • 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: • AMERICAN AWAIT REPAIEI&.REat!ttPAGUG W.WC. 727 Shasta St. • 2. CONTRACTOR'S Telephone Number: 1 (050 1 3" 01gq 3. CONTRACTOR'S License: Primary Classification A State License Number(s) q.3 `�59 I • Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Th5Gr9 • Address Surety Company Agent_1' T SD • Telephone Numbers: Agent 1650 1 5q9- Ogo0 Surety ( J 1 5. Type of Firm (Individual, Partnership or Corporation): COrt&rq TiOh • 6. Corporation organized under the laws of the State of: Cc, IiT• 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 firin: AEIGh 11�Ie/'I(4r-coil /��In1 �IGr4�C.rlc L. ' /VI Sieve e,�rre Sec:. Gvn • BIDDER'S GENERAL INFORMATION 1997/1998 Annual slurry Seal Program BID FORMS - PAGE 6 City ProJoo[97-16 • 30 December 1997 • • • BIDDER'S GENERAL INFORMATION (Continued) • B. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: • a. Owner CiJI QJ Pul*, 5ILftS Address Project H �V rr k� Date Completed /V orc,4 /r 97 b. Owner CA/ 04a Cmn 0,6� Address 1 � � s Project �q] Skurty C��`nJ Date Completed UV 5 7 C. Owner _ Address Project _ Date Completed • 10. List the name and title of the person who will supervise full-time the proposed work for your firm 11. Is full-time supervisor an employee /[/[S contract services , Km YeAsr_4 L /0 s 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. • s • s BIDDER'S GENERAL INFORMATION 1997/1998 Armuol Slurry Seal Program BID FORMS - PAGE 7 City PmJ..t 97-16 • 30 Dmtarmor 1997 OND NO. 446769P REMIUM: $3,511.00 PER ANNUM AND 1IC+1^S IS 10 ADJUSTMENT PERFORMANCE BOND r7:95 ZD®N FIN,)L COFITRACT PRICC KNOW ALL MEN BY THESE PRESENTS, That American Asphalt Repair & Resurfacing Co. Inc. as Contractor, And _DEVELOPERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Point Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called ilia "City," in the sum of: Fourhundred fiery-seven thousand one hundred twang- rTg & 11 /100--dollars, for the payment of which sum well and truly to be made, we bind ourselves, out 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: 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement Is hereby waived by said Surety. SIGNED AND SEALED,this 5TH day of MARCH - AMERICAN ASPHALT REPAIR & Contractor RESURFACING CO. , INC. Surety DEVELOPERS INSURANCE COMPANY_ By hl &!%?e- BY //_'� p Title MARK ROPPO ATTORNEY—IN— CT Title 6CIA0/ILx (NOTARIZE) - - (NOTARIZE) PERFORMANCE BOND 199711998 Annual SNrry Soal Pm9rem AGREEMENT AND BONDS - PAGE 4 Cey Pruiecr 97-19 30 December 1997 California All Purpose Acknowledgment State of California County of San Mateo On March 6, 1998 , before me, Karen M Brauer,Notary Public Date Name&Title of Officer/Notary Personally appeared Steve A ug irre Names)of Signer(s) Personally known to me, or—prouidedto_ma on_the._basis..oLsatisfacto y evidence to be the person(s) whose name(s) sbare-subscribed to the within instrument and acknowledged to me thaiLhe%he/they executed the same inj s/her/their authorized capacity (ies), and that by 1L� er/their signature(s) on the instrument the person('s,�, or the entity upon behalf of which the persons) acted, executed the instrument. WITNESS my hand and official seal. co"NAM n#109M Notorywtao—Cdkmb Notary Public My C=M F�Met Jon 2,2000 OPTIONAL (The information below is not required by law) Description of Attached Document Title/type of Document: Performance Bond Date of Document: March 6, 1998 No. of Pages: 1 Other Signer(s) California All Purpose Acknowledgment State of California County of San Mateo On MARCH 5, 1998 before me, Katherine G. Zerounian, Notary Public Date Name&Title of officer/Notary personally appeared Mark Roppo Names(s) of Signers(s) personally known to me, or proved to me on the basis of satisfactory evidence to be the persons) whose names) is/arm subscribed to the within instrument and acknowledged to me that hefshe%they executed the same in his/her/theirauthorized capacitypes�, and that by his;hegfhei signatures} on the instrument the person4 , or the entity upon behalf of which the persons}acted, executed the instrument. WITNESS my hand and official seal. KATHERINE G.ZEROUNIAN Cssion 9 1144279 Notaryommi Public caucrnio i San Mafeo Ccun'y _r 1�, i 1yC i�m.E e lungI Motary Pub rc 1 —OPTIONAL The information be%wis not required by/awj Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc • QrD NO. 446769P EMIUM: INCL. IN PERF. BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That DEVELOPERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: Hur hundred fifty-seven thousand one hundred twenty-four & 11/00------------ dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 NOW THEREFORE, if said Contractor, Its subcontractors, its heirs, executors, administrators, successors, or assigns shall fall 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 he 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 band, 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 5TH day of MARCH 19 98 Contractor American Asphalt Repair & Surety DEVELOPERS INSURANCE=COMP,A -Z Resurfacing Co. , Inc. = _ By fAt(!z• `GL By Title I,S;r2D I/ w' � Title MARK ROPPO ATTORNEY—IN—FACT. 1 (NOTARIZE) (NOTARIZE) PAYMENT BOND 1997/1998 Annual Slurry Seal Program city Prolea197-16 AGREEMENT AND BONDS - PAGE 5 30 December 1997 California All Purpose Acknowledgment State of California County of San Mateo On March 6, 1998 , before me, Karen M Brauer,Notary Public Date Name&Title of Officer/Notary Personally appeared Steve Aguirre Name(s)of Signer(s) Personally lcriown to me, or-provided-to me onthe basis of satisfactory-evidenee to-be the person4,�whose name(""'/s are-subscribed to the within instrument and acknowledged to me that h7Dshe/they executed the same iirhi_s/her/their authorized capacity-(ies).,.and that byfliis%her/their signature(s�on the instrument the personO, or the entity upon behalf of which the persoii(s) acted, executed the instrument. WITNESS my hand and official seal. KAREN M.BRAUER 9conniulan i 1099683 // Notary Pd*—Callomla son mwwMvcoW AMz imt, ,z000 Notary Public OPTIONAL (The information below is not required by law) Description of Attached Document Title/type of Document: Payment Bond Date of Document: March 6, 1998 No. of Pages: 1 Other Signer(s) California All Purpose Acknowledgment State of California County of San Mateo On MARCH 5, 1998 before me, Katherine G. Zerounian, Notary Public Date Name&Title of officer/Notary personally appeared Mark Roppo Names(s) of Signers(s) personally known to me, or proved to me on the basis of satisfactory evidence to be the persons) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/t- ey executed the some in his/"T o; F authorized capacity{ies}; and that by his/her=/-tk}er signatures} on the instrument the person+s-� or the entity upon behalf of which the persons}acted, executed the instrument. f• t. - .. ,:,Ac....4, N-r. tx. .' Y WITNESS my hand and official seal. f l'NTHERINE G.zFPouNlAN P, �' v Cammission 41 1144279 Notary Public couornia n unly Comm.San Mateo s un2?, l i� vy CcE�oweo Jun 29,2001 Notary Publi —OPTIONAL (The information below is not required bylaw) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc P®@P 7E l OF Aa it ORNEb' OF O POW CONIPANV Or CAS F=30 P.O.BOX 19725,IRVINE,CA 92623-(714)263-3300 N 2 0 3 9 5 5 9 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March,1999. 2. This Power of Attorney is void if altered or if any portion Is erased. 3. This Power of Attorney is void unless the seal is readable,the text is In brown Ink,the signatures are in blue ink and this notice is in blue ink. 4. This Power of Attorney should not be returned to the Attorney(s)-In-Fact,but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,VNDEMLIE"V C©;V1PAN`,'OF C€AUFORhrlA and DF797—.OPERS 9NSUR:ANCE"C06i1PANV,do each severally,but not jointly,hereby make,constitute and appoint ***Jason Jenkins, Mark Roppo, James B . Shea, Katherine G. Zerounian, jointly or severally*** the true and lawful Atrorney(s)-In-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations as sureties,bonds,undertakings and contracts of suretyship in an amount not cemeeding Three Million Five Hundred Thousand Dollars($3,500,000)in any single undertaking;giving and granting unto said Attorney(s)-In-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,bur reserving to each of said corporations full power of substitution and revocation;and all of the acts of said Attorney(s)-In-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of KIDEP.AE��.r C©trrre l`OF OnL F011lAdA and©al"ELOPrRO 0MOURtRV'CE COMPA1iV,effective as of September 24,1986: RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporations be,and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the attorney(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship,and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that,he signatures of such officers may be off xed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,If 9DE619N9,2 COMPAMY OF CALEC IMiA and DEVELOPERS iNSURANCE COMRI D!have severally caused these presents to IT.signed by chew respective Presidents and attested by their respective Secretaries fhis 3rd day of February,1997. VIDEMNIM COMA RANV OF DALIVODJKIA DEVEiL.OPEr's IHoUnALICE COMPAN", Dante Vincenti,Jr. Dent a F.Vincenti,Jr. I ascent 1p,PAiJV 1115UR� oPPngp n resident Q�P4 r,,P Oq�cE p D 0 11im ,/— ATTEST o°4tl�nnj^'w�ti By By Vyaher Crowe Walter Crowell Secretary Secretary STATE OF CALIFORNIA ) )SS. COUNTY OF ORANGE ) On February 3,1997,before me,Shane L Bell,personally appeared Dante F.Vincenh,Jr.and Walter Crowell,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose namejs)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signaturets)on the instrument the person(s),or the entity upon behalf of which the percents)acted,executed the instrument WITNESS my hand an�dl official seal. SignatureNVA�b 11p WURYMC-CALIF( l4lA .' 0I4%NMCGtfdiiY Riy Comm.Exp.Dec,12,woo C EDT lFOAVE The undersigned,as Senior Vice President of VND_Mil a J COMPANY OF CALIFORMA,and Senior Vice President of DEVELOPERS VNSDPAN9CE COMPANY,does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,this 5 TH day of MARCH ,199 8 Ox'1DEGo1NVa1°COMPr HII OF CALKORi3 A DEVELOPERS MSUDF-MCE COMPP&W (/ / 1���,�.�r��(.y�}'p,�p—yy j—�Jy/A* -1/Z t?LIAR � B J� v 7 1" Y✓ E� 1 i2OPP Ogffo` B \ C�.� " V Y FieOCl'5 Y L C Fiebiger ;, IDm A � LC Fiebiger Senior Vice President Oc'(Itid�Ca Senior Vice President ID-313 REV.(3/97) • s • • CITY OF PALM SPRINGS • DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION • PART II -- SPECIAL PROVISIONS • 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 • 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 A • PART II -- SPECIAL PROVISIONS 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT 9]-16 GENERAL CONTENTS - PAGE 1 • 30 DECEMHER 1997 CITY OF PALM SPRINGS DEPARTMENT OF TRANSPORTATION ENGINEEKING DIVISION • SPECIAL PROVISIONS 1997/1998 ANNUAL SLURR�SEAL PROGRAM CITY PROJECT NO. 0-16 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ( "Greenbook" ) , 1997 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 TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1997/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 1 - PAGE 1 CITY PROJECT 97-16 • 30 DECEMBER 1997 0 • • of Palm Springs, Engineering Division, 3200 E . Tahquitz Canyon Way, Palm Springs, California 92262 , , or such other address as the Engineer may subsequently designate in writing to the Contractor. • 1-2 .3 Legal address of the City° s Project RePrssentlltiveo - The name and address of the City' s designated Project Representative shall be Tom Cartwright, Engineering Field Supervisor, City of Palm Springs, Engineering Division, 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 FEND 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 - + • TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1997/199B ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 1 - PAGE 2 CITY PROJECT 97-16 30 DECEMBER 1997 • SECTI.2 -- SCOPE AND CONTROL OF *K 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 and these Special Provisions . • 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 : 35 '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 working day' s delay in finishing the Work in excess of the number of working clays prescribed above . 2-2 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. " 2-3 PRECEDENCE OF CONTRACT DOCUMENTS • The provisions of Section 2-5 . 2 of the Standard Specifications shall be revised to read as follows : SCOPE AND CONTROL OF WORK 1997/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 2 - PAGE 9 • CITY PROJECT 97-16 30 DECEMBER 19977 May 1997 in resolving dis*s -resulting from conf ts, errors, or discrepancies in any of the Contract Documnn s, 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) S. Special Provisions 6, Notice Inviting Bids 7. Instructions to Bidders 8. Standard Specifications 9. Standard Plans 10. Reference Documents With reference to the Drawings, the, order of precedence shall be as follows : 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings • 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: 112-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data, " the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. other Information. - Any other data, interpretations, opinions, and information contained ) in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data, " or any contusion drawn from any "technical data,, or any such data, interpretations, opinions or information. " SCOPE AND CONTROL OF WORK 199711998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 2 - PAGE 2 CITY PROJECT 97-16 30 DECEMBER 79977 May 1997 C 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY 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 MOIN=ENTS • It shall be the Contractor' s responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes . Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record • filing, for the existing type of monument in question at the Contractor' s expense . Any existing monument shall not be disturbed. The Engineer will maintain a survey location check on the monument without cost to • the Contractor. The Contractor is advised that any resetting of monuments will be performed by the Engineer. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer • prior to removal . The Contractor shall be financially responsible for reinstalling the existing monument well, and the Engineer will reset the monument . 2-7 SURVEYING • All construction staking and field marking for job limits, saw-cut lines, elevations, excavation and embankment, horizontal control, etc . , . will be done by the Engineer. • 2-8 AUTIiORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of • performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the „Contractor, and (6) compensation of the Contractor. The Engineer' s decision shall be final, and he shall have the • authority to enforce and make effective such decisions and orders which the Contractor may fail. to carry out promptly. SCOPE AND CONTROL OF WORK CITYP 98 PROJECT ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 2 - PAGE 3 • CITY PROJECT 9316 30 OECEMBER 19977 May 1997 • 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 contracts, 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. C SCOPE ® K C E AN CONTROL OF WORK 1 9 9111 9 9 8 ANNUAL SLURRY SEAL PROGRAM SPECBAL PROVISIONS - SECTION 2 - PAGE 4 CITY PROJECT 97-16 30 DECEMBER 19977 May 1997 • Such Schedule , Values shall be submitte0or approval at the Preconstruction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. END OF SECTION - • • • • • w • SCOPE AND CONTROL OF WORK CITY PR98 OJECT 7-1 SLURRY SEAL P60GFAM SPECIAL PROVISIONS - SECTION 2 - PAGE 5 w 30D CEMBER 9bi6 30 OECEM6Efl 19977 May 1997 0 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 of for overhead and profit of for extra work referenced in subparagraph 3-3 . 2 . 3 of the 1997 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 e 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 1997/1998 ANNUAL SLURRY SEAL PROGRAM CHANGES IN WORK CITY PROJECT 17.16 SPECIAL PROVISIONS - SECTION 3 - PAGE 1 30 DECEMBER 1997 0 • and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Paragraph 3-3.2, 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 Paragraph 3-3.2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City'. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5, 000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity '! of said item performed, unless covered by an executed contract change ,order specifying the compensation . payable therefor, will be .paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item !performed will be made as if the work were to paid for as extra work as provided in Paragraph 3-3 .2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no • case shall the payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the • item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as if the work were to paid for as extra work as provided in Paragraph 3-3 .2, 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 b',e made for the performance of 75 CHANGES IN WORK 19971199B ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 3 - PAGE 2 CITY PROJECT 17 16 C 30 DECEMBER 1997 'i 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 for as if the work were to paid for as extra work as provided in Paragraph 3-3 .2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor S and the City. . - END OF SECTION - CHANGES IN WORK 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT 17-16 SPECIAL PROVISIONS - SECTION 3 - PAGE 3 30 DECEMBER 1997 SECTION 4 -- CONTROL OF MATERIALS y • 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 award 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 less than 35 nor more than 40 calendar days after award of Contract. • 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 1997/1999 ANNUAL SLURRY SEAL PROGRAM CONTROL OF MATERIALS CITY PROJECT 17-16 SPECIAL PROVISIONS - SECTION 4 - PAGE 1 a 30 DECEMBER 1997 within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for , said supplies, materials, and • 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 - • • • s • • • CONTROL OF MATERIALS 199711998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 4 - PAGE 2 C CITY PROJECT 17-16 30 DECEMBER 1997 • i SECTION 5 -- UTILITIES • 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) 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. " • UTILITIES 1997/199B ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 5 - PAGE 1 CITY PROJECT 97-16 • 30 DECEMBER 1997 0 (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 Vocations 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 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 th Contractor as specified in the Special Provisions . • - END OF SECTION - UTILITIES 1997/1999 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 5 - PAGE 2 CITY PROJECT 97-16 30 DECEMBER 1997 SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK • 6-1 CONSTRUCTION SCHEDULE & TIMES OF OPERATION 6-1.1 Schedule of work. - A schedule of work shall be provided by the Contractor at the pre-construction meeting. The Contractor shall also provide a list of all subcontractors and suppliers at • said meeting. All subcontractors shall be present at the pro- construction meeting. Slurry seal work within the Tahquitz Canyon Golf Resort parking lot must take place on Tuesday through Thursday, and will not be • allowed on March 2 , or between March 16 and March 27, due to golf course events . Slurry work on parking lot shall not commence until all slurry work within streets has been completed. 6-1.2 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 5 : 00 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 6-2 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 Barry Griffith, Environmental & Facilities Manager (760) 323-8167 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 • PROSECUTION, PROGRESS, 1997/1998 ANNUAL SLURRY SEAL PROGRAM AND ACCEPTANCE OF THE WORK CITY PROJECT 97-16 30 DECEMBER 1997 SPECIAL PROVISIONS - SECTION 6 - PAGE_ 1 • 0 • GENERAL TELEPHONE COMPANY Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 • SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Garry Dean (760) 202-4257 SOUTHERN CALIFORNIA GAS COMPANY Attention: Mr. Bob Guengerich (909) 335-7756 • TIME-WARNER CABLE Attention: Mr. Michael Sagona (760) 778-3400 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5680 • SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 UNDERGROUND SERVICE ALERT ! (ROD) 422-4133 • 6-3 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 . 6-4 LIQUIDATED DAMAGES f 6-4.1 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 : • END OF SECTION - • C PROSECUTION, PROGRESS, 1987/1998 ANNUAL SLURRY SEAL PROGRAM AND ACCEPTANCE OF THE WORK CITY PROJECT 97-16 30 DECEMBER 1997 j SPECIAL PROVISIONS - SECTION 6 - PAGE 2 i SECTION 7 -- RESPONSIBILITIES OF TIME CONTRACTOR 7-1 LAWS TO BE OBSERVED 7-1.1 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 • Director of Public Works and 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. " 7-1 .2 Antitrust Claims. - The Public Contract Code citation in the first sentence of Section 7-14 of the Standard Specifications • shall be corrected to read as follows : "Section 7103.5 of the Public Contract Code provides:" 7-1.3 Hours of Labor. - 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, as a penalty to the City, forfeit $25 . 00 for each worker employed in the execution of the Contract by the Contractor or by any subcontractor for each calendar day during which such worker • is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours at not less than 1-1/2 times the basic rate of pay. • 7-1.4 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay RESPONSIBILITIES OF THE CONTRACTOR 199711998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE 1 • CITY PROJECT 97-16 30 DECEMBER 1997 0 • not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations . Copies of such prevailing rate of per diem wages are . on file at the office of the Engineer, which copies shall be made available to any interested party on request . The Contractor shall post a copy of such determination at each job site . The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract, by it or by any subcontractor under it . 1 7-1 .5 Travel and Subsistence Payments . - As required by Section 1773 . 8 of the California Labor Code, the Contractor shall pay travel and subsistence payments to 'leach 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 . 7-1. 6 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 . 7-1 .7 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 l, for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall , in RESPONSIBILITIES OF THE CONTRACTOR 199711998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE 2 CITY PROJECT 97-16 30 DECEMBER 1997 its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice . 7-1.8 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract . At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract . Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit . 7-1 .9 Contracts for Trenches or Excavations; ?Notice on Discovery of hazardous Waste or Other unusual Conditions; 3nvectigitionsg 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 1 . 2 meters y (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. 7-1 .10 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 RESPONSIBILITIES OF THE CONTRACTOR 1997/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE 3 CITY PROJECT 97-16 30 DECEMBER 1997 0 • 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 shalllbe filed under this Article • prior to the date of final payment for all demands resulting ouL 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 $SO , 000, or within GO days, if the amount of the claim • is more than $50 , 000, but less , than $375, 000 . If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than $50, 000, • but less than $375, 000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. C 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 clays after the deadline of the City to respond, o'r within 15 days of the City' s response, whichever occurs first . , The City shall schedule the meet and confer conference within 3I0 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. RESPONSIBILITIES OF THE CONTRACTOR SPECIAL PROVISIONS - SECTION I - PAGE 4 199711993 ANNUAL SLURRY SEAL PROGRAM • CITY PROJECT 97-16 30 DECEMBER 1997 7-1.11 Concrete Forms, False:work, 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 . 7-1.12 Payroll Records; Retention; Inspection; 'Noncompliamce Penalties; Rules and Regulations. - The Contractor and each • subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week_, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection • with the public work. The payroll records, enumerated under paragraph one of this Section 7-1 . 12, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the • Contractor on the following basis : 1 . A certified copy of an employee ' s payroll record shall be made available for inspection, or furnished to the employee, or • his or her authorized representative on request . 2 . A certified copy of all payroll records, enumerated herein, shall be made available • for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California • Department of Industrial Relations . RESPONSIBILITIES OF THE CONTRACTOR • 1997/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE 5 CITY PROJECT 97-16 30 DECEMBER 1997 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 7-1 . 12 , 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 inlparagraph one of this Section 7-1 . 12 , 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 S working days, provide a notice of any change of location and address . • In the event of noncompliancel 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 RESPONSIBILITIES OF THE CONTRACTOR 1 ss7n sse ANNUAL SLURRY SEAL PROGRAM '� SPECIAL PROVISIONS - SECTION 7 - PAGE 6 • CITY PROJECT 97-16 30 DECEMBER 1997 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. • 7-2 INSURANCE AMOUNTS 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 : RESPONSIBILITIES OF THE CONTRACTOR • 1997/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE 7 CITY PROJECT 97 16 30 DECEMBER 1997 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 (Inclu'ding 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: • 0 0 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 • RESPONSIBILITIES OF THE CONTRACTOR 1997/1999 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE 8 • CITY PROJECT 97-16 30 DECEMBER 1997 7-3 PUBLIC CONVENIENCE AND SAFETY • 7-3 .1 Traffic and Access - The Contractor shall perform its operations in only one-half of the roadway when slurry sealing roads that are larger than local minor roads . The Contractor may close the local streets when performing work within those streets . • 7-3 .1 Notification of Property Owners - The CONTRACTOR shall notify the property owners adjacent to the project via a hand delivered, City approved letter 3 days prior to commencing work. In addition to the individual notices required above, the • Contractor shall post notices to motorists & residents on type II barricades on each street, one week prior to beginning slurry on that street . The Contractor shall include in its bid all costs for the above • requirements . ENI) OF SECTION - • • • s • RESPONSIBILITIES OF THE CONTRACTOR • 199]/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 7 - PAGE S CITY PROJECT 97-16 30 DECEMBER 1997 • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • (BLANK) • - END OF SECTION - • • • • • • • FACILITIES FOR AGENCY PERSONNEL 0 APhWA IF99MATF SPECIAL PROVISIONS - SECTION 8 - PAGE 1 • SECA 9 - MEASUREMENT AND PAY*T '9-1 GENERAL 9-1 DESCRIPTION • 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 Provision, 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; • MEASUREMENT AND PAYMENT 19971199E ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 9 - PAGE 1 • CITY PROJECT 97 16 30 DECEMBER 1997 Waivers of lien s4k be in the forms prescoad 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: • At the expiration of 35 days after acc',eptance 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,i 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 . 9-1.1 Initial Mobilization. - Measurement for payment for initial • mobilization will be considered as included in the various bid items, and no additional payment will be made therefor. • END OF SECTION - • • MEASUREMENT AND PAYMENT 1997/1998 ANNUAL SLURRY SEAL PROGRAM SPECIAL PROVISIONS - SECTION 9 - PAGE 2 CITY PROJECT 97-16 • 30 DECEMBER 1997 SECTION 10 - CONSTRUCTION DETAILS 10-1 GENERAL 10-1. 01 Grinding Built-Up Excess AC Pavement -- The following section shall be applicable only if there are areas where, after the installation of the subject surface _ treatment, the finish + elevation of the AC pavement adjacent to horizontal PC concrete edges exceeds 1-inch. Prior to application of surface treatment, the Contractor shall grind the existing AC pavement at all locations where systematic build-up of AC pavement has occurred, or will occur as a result of this project, adjacent to horizontal PC concrete edges . Such work shall include, but not be limited to, gutter lips, cross-gutters, spandrels, and edges of decorative paving. The Contractor shall grind to a depth such that the elevation of the finished surface after application of the subject surface treatment is equal to the elevation of the adjacent horizontal concrete edge . The Contractor shall not allow the elevation of the AC pavement surface to be higher nor lower than the adjacent PC concrete at the completion of the work. 10-1.02 Measurement and Payment -- The payment for grinding asphalt concrete pavement including all compensation for furnishing all labor, materials, tools, equipment, cleaning and R sweeping, and incidentals, and for doing all work involved in grinding of the asphalt concrete surfacing and disposal of material removed, as specified in these Special Provisions and as directed by the Engineer, shall be considered as included in the price bid for slurry seal, and no additional compensation will be allowed therefor. 10-2 SLURRY SEAL 10-2 .01 Description -- The slurry seal work shall consist of the application of Type I and Type II Slurry Seal, in accordance with the requirements of Subsection 203-5 and 302 .4 of the Standard Specifications and as specified herein. • The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistant surface . SPECIAL PROVISIONS 1997/1998 Ammal Slurry Seal Program CONSTRUCTION DETAILS City Project Number 97 16 30 December 1997 SECTION 10 - PAGE 1 10-2 . 02 Flow and Acceptance Of Water -- It is anticipated that storm, surface or other waters will be encountered at various • times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that', it has investigated the risk arising from such waters and has p',repared it ' s bid accordingly, and that the Contractor in submitting a bid assumes all said risk. 10-2 . 03 Delivery and Storage -- All materials shall be delivered • to the site in an undamaged condition. The materials shall be protected against damage and stored in a location designated by the Engineer. Defective or damaged ',materials shall he replaced by the Contractor at no expense to the '',City. • 10-2 . 04 Material -- The mineral aggregate shall be 100 percent crushed rock of angular shape, sound, durable, hard, resistant to abrasion, and free from lamination, weak cleavages, and undesirable weathering. The material shall be such that it will • not disintegrate from the action of air, water, or other conditions to be met in handling and placing and shall have a specific gravity of not less than 2 . 60 . All materials shall be clean and free from deleterious impurities, including alkali, earth, clay, and refuse . • The grading of aggregate, per square yard, shall conform to the gradations specified in Table 263-5 . 3 (A) of the Standard Specifications for Type I and II . Care should be exercised to prevent segregation of aggregate in storage and handling, If segregation occurs, the material shall be worked prior to mixing in a manner that will minimize segregation. • Emulsified asphalt shall be cationic type, Grade CSS-lh conforming to the requirements of Section 203-1 . 3 and 203-3 . 2 of the Standard Specifications . Latex shall be added to the emulsified asphalt . Latex shall be • Ultrapave 65VC as manufactured by Textile Rubber and Chemical Co. , Richwood, Washington, 800/887-7718 or approval equal . Latex shall be added to the emulsified asphalt !at the plant at the rate of 2 1/2 parts latex to 100 parts emulsified asphalt by volume . Latex • SPECIAL PROVISIONS 1 997J 1998 Annual Slurry Seal Program CONSTRUCTION DETAILS One Project Number 97-16 30 Decemher 1997 � SECTION 10 - PAGE 2 0 mixed in the emulsified asphalt shall be kept in the suspended state by agitating mixer every 3 days . 10-2 . 05 Trial Application -- The contractor shall place a test strip of each type of slurry of 60 square yards in the designated area. The test section shall be placed using the same equipment and methods as will be used on the job. Slurry mixture placed in the test strip shall conform to job mix with minor variations to obtain crack fillings, bond to pavement, and desired skid resistant texture . In the event that the materials do not meet the requirements for fluidity, non-segregation, or surface texture, a new job mix shall be formulated and tested at the Contractor' s expense. Work shall not proceed before approval of design mix and acceptance following the placing of a test strip. 10-2 . 06 Equipment: The equipment used in the performance of the work shall be subject to approval of the Engineer and shall be maintained in satisfactory working condition at all times . Descriptive information about the slurry mixing and applying equipment to be used shall be submitted for approval of the Engineer not less than 14 days before the work starts . 10-2 . 06A Mixer: The slurry mixing machine shall be a continuous flow mixing unit and be capable of delivering accurately a predetermined proportion of aggregate, water, and emulsified asphalt to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis . The aggregate shall be pre-wetted immediately prior to mixing with the emulsified asphalt . The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. The mixing machine shall be equipped with an approved fines feeder that provides a method to accurately introduce a predetermined proportion of mineral filler at the same time and location that the aggregate is fed into the mixer. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spraybar adequate for complete fogging of the surface ahead of the spreading equipment with an application of 0 . 05 to 0 . 10 gallon per square yard. Sufficient machine storage capacity to mix properly and apply a minimum of 12 tons of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing slurry seal . SPECIAL PROVISIONS 1997/1998 Annual Slurry Seal Program CONSTRUCTION DETAILS City Pmlect Number 97-16 30 December 1997 SECTION 10 - PAGE 3 • 10-2 . 065 Self-contained Slurry Machine -- The machine shall be capable of rapid discharge lof the mixed materials into a spreader having suitable contlols to allow adjustment for variations in pavement grades and slope . The spreader shall be similar to the spreader box as herein before specified. The spreader box may be either an integral part of a self- contained slurry machine or a Separate towed unit . The self- • contained slurry unit shall be mounted on a true]c or other vehicle capable of producing evenly controlled low rates of speed throughout the operation) so that the slurry is spread evenly and all cracks are filled. • 10-2 .06C Slurry spreading 'Equipment -- Attached to the mixer machine shall be a mechanical type squeegee distributor equipped with flexible material in contact with the surface to prevent loss of slurry from' the distributor. It shall be maintained to prevent loss of! slurry on varying grades and • crown by adjustments to assure uniform spread. There shall be a lateral control device and a flexible strikeoff . The box shall be kept clean and the build-up of asphalt and aggregate on the box shall not be permitted. The use and condition of burlap drags or other drags shall be approved by the Engineer. 10-2 .06D Cleaning Equipment =- Power brooms, power blowers, air compressors, water flushing equipment (prior to slurry only) , and hand brooms shall ' be suitable for cleaning the • surface and cracks of: the old surface . 10-2 .7 Hand Tools -- Hand squeegees, shovels, hand burlap drags and other equipment shall be provided as necessary to perform the work. 10-2 .8 Placing -- Type I Slurry Seal shall be placed on the Tahquitz Creek golf resort parking ', lot, at 1885 Golf Club Drive, and Type II Slurry shall be placed on the public streets listed in the appendix, as directed by the engineer. • No application of slurry seal shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the City. The surface shall be thoroughly cleaned and swept prior' to the application of slurry • SPECIAL PROVISIONS 1997/1998 Annual Slurry Saar Program CONSTRUCTION DETAILS City Project Numbar 97 16 90 December 1997 SECTION 10 - PAGE 4 • + • i seal . The application of slurry shall be scheduled to commence after 7 :00 A.M. and shall be complete prior to 2 :00 P.M. No slurry + shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees F. The slurry seal shall be applied only when the existing surface is • clean and free of visible moisture . The slurry seal shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these Special Provisions, and as directed. The cured slurry shall have a homogeneous appearance, it shall fill all surface voids and • penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture . The slurry mixture shall be of the designated consistency when deposited on the surface and no additional elements shall be • added. Total mixing time shall not exceed 4 minutes . A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate fines from the course aggregate . If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement . 10-2 .9 Rate Of Application -- The rate of application for Type 11 Slurry for each pass shall average 15 pounds per square yard; • provided, that it shall be applied at the rate of not less than 13 pounds nor more than 17 pounds per square yard. The rate of application for Type I Slurry for each pass shall be applied at the rate of not less than 8 pounds nor more than 11 pounds per square yard. 10-2 .10 Joints -- No excessive build-up causing unsightly appearance shall be permitted on longitudinal or transverse • joints . Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and Portland concrete pavement and/or concrete gutters shall be completely and neatly sealed without excessive slop-over • onto the concrete; any unsightly and objectionable excess shall SPECIAL PROVISIONS 1997/1998 Annual Slurry Seal Program CONSTRUCTION DETAILS- City Project Number 97-16 90 Da came ar 1997 SECTION 10 - PAGE 5 • 0 • be immediately removed. At street intersections and at the beginning and end of work segments; the slurry shall be neatly spread or trimmed to a straight line defined by the near curb . lines of the street adjacent to the! work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible to the machine . Care shall be exercised to insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of slurry spread by hand ' shall match that which was • applied by machine. Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc . 10-2 .11 Smoothness -- The finished surface of the slurry seal shall be at least as smooth as the original pavement surface . Any corrugations on the surface creating vibrations noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slurry seal construction. • 10-2 .12 Cleanup -- During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material , and all trash, rubbish, ',and debris and shall legally dispose of all such items . The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by Engineer. The cost for this work shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. • 10-2 .13 Removal and Resealing -- Any slurry seal application that has been rejected shall be removed by cold planing to the original pavement . A new slurry seal application shall then be placed on the pavement . Any placement of slurry seal that has been rejected shall be removed and replaced at the Contractor ' s expense . 10-2 .14 Protection of Uncured Slurry -- The Contractor shall provide such flaggers and barricades as may be required to protect • the uncured slurry from vehicular ltraffic . All damages to the uncured slurry shall be the responsibility of the Contractor. 10-2 .15 Measurement and Payment r- Payment for Type I and Type II slurry seal shall be made at thelcontract unit price per square SPECIAL PROVISIONS 1997/1998 Annual Slurry Seal Program CONSTRUCTION DETAILS City Project Number 97-16 SECTION 10 - PAGE S 30 December 1997 • foot in the Bid Schedule, and shall be based on in-place field measurements . The contract unit price includes full compensation for all slurry seal and appurtenant work, including all labor, equipment, and materials, pavement cleaning, posting of notices, masking and cleaning pavement markers and utility covers, and all other incidental work. a 10-3 MISCELLANEOUS APPURTENANT WORK 10-3 . 01 Utility Covers -- Immediately prior to applying the slurry seal, all utility covers shall be protected with butcher paper and a thin layer 30-mesh sand or by alternative means approved by Engineer. 10-3 . 02 Protection of Raised Pavement Markers -- For raised pavement markers which are to remain, the contractor shall mask off pavement markers and wash the slurry from all pavement markers immediately after application of the slurry with water in a pressured spray rig or by other means approved by the Engineer, cleaning a circle at least 4 inches in diameter on each dot, and shall leave no residue from the slurry on the dots . This operation • shall be paid for under the slurry items and no other compensation shall be given the contractor. 10-4 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS 10-4 . 01 General -- All painted lines, symbols, and markings, and curb painting shall be replaced as existing within the Tahquitz Creek Golf Resort parking lot . For public streets, all existing thermoplastic striping or markings in areas to be slurried shall be removed by the Contractor. All markings shall be replaced with thermoplastic markings, and all traffic striping shall be replaced as follows : For streets with existing traffic striping, either with paint or thermoplastic, the contractor shall replace the striping with the corresponding raised pavement marker detail . For streets with raised pavement marker striping, the non- reflective markers shall be protected in place and washed after slurry in accordance with Section 10-3 . 02 "Protection SPECIAL PROVISIONS 1997/1998 Annual Slurry Seal Program CONSTRUCTION DETAILS City Project Number 97-16 30 December 1997 SECTION 10 - PAGE 7 0 of Raised Pavement Markers" . Any gaps in the striping due to missing or damaged markers shall be filled in with new markers . For all streets, all existing, reflective markers shall be removed and, after slurry application, replaced in like kind with new reflective markers . New blue markers shall be placed at fire hydrant locations whether or not markers existed prior to slurry. 10-4 . 02 Paint for Parking Lot -- Paint for curbs and pavement within the Tahquitz Creek Golf Resort parking lot shall conform to section 210-1 . 6 . 1 "General" and section 210-1 . 6 . 3 "Rapid Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications . All existing striping, markings, symbols, and curb paint shall be replaced at the same locations and with the same colors as existing. Payment for this work is considered as included in the bid price for slurry seal and no additional i compensation will be a111owed therefor. 10-4 .03 Pavement 1arkings -- 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 . Whenever the Contractor' s operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both) , such pavement delineation shall be replaced by Contractor before completion of project . Either permanent or temporary delineation shall be in by Contractor before opening the traveled way to public traffic . Temporary delineation shall consist of reflective raised pavement markers (Type "T" ) which shall be applied in accordance with the manufacturer' s r printed instructions . Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. Traffic striping and pavement markings may be installed at night after 8 : 00 p.m. or in the early morining before 6 : 00 a.m. with the prior approval of the Engineer. Payment for installing pavement markings and markers at night shall be included in the bid item SPECIAL PROVISIONS 1997?1998 Annual Slurry Seal Program CONSTRUCTVON DETAILS City Project Number 97-16 SECTION10 - PAGE S 30 December 199] i � • prices for traffic striping and pavement markers in the Bid Schedule, and no additional payment will be made therefor. The Contractor shall use Caltrans metric stencils for all legends and arrows on this project, conforming to the latest Bureau of Public Roads standards . • The Contractor shall contact the Street Maintenance Supervisor of the City of Palm Springs, at. (619) 323-8169, 72 hours before any legends are painted on city streets, to ensure that the patterns the Contractor is using match the patterns used by the City of Palm Springs . No other pattern will be allowed to be used except patterns that match City of Palm Springs° . 10-4.04 Removal of Traffic Stripes and Pavement Markings -- All thermoplastic traffic stripes and pavement markings within the areas to be slurry sealed shall be removed at locations designated above . Where thermoplastic striping or markings exist, they shall be removed by grinding. Where such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the erasing machine and the surface being treated. Such removal shall be by sweeping concurrently with the erasing operation. Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as provided in Section 7-10 , "Public Convenience and Safety, " of the Standard Specifications . Payment for removing existing traffic stripes and pavement • markings shall be included in the unit price bid per square foot for slurry seal, and no additional payment will be allowed therefor. 10-4 . 05 Applying Pavement Markings -- Traffic legends shall be applied in accordance with section 310-5 . 6 of the standard specifications . 10-4.06 Measurement and Payment - The contract prices paid per square foot for slurry seal, shall include full compensation for • furnishing all labor, materials, tools, equipment, and SPECIAL PROVISIONS 1997/1998 Annual Slurry Seal Program CONSTRUCTION DETAILS City Project Number 97-16 30 December 1997 SECTION 10 - PAGE 9 i 0 incidentals, and for doing all work involved in applying pavement markings, including any necessary rabbit tracks, dribble lines and layout work, complete in place, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. 3.0-4 .07 Pavement Markers -- Pavement markers shall conform to • the provisions in Section 214 , "Pavement Markers, " and shall be removed and placed in accordance ! with Section 312, "Pavement Marker Placement and Removal, " of the Standard Specifications and these Special Provisions . Epoxy adhesive per section 214-6 of the Standard Specifications shall be used for installation of all raised pavement markers . All existing reflective pavement markers shall be replaced, and new markers of either reflective or, non-reflective type installed . as necessary to meet the appropriate Caltrans standards for the roads within the project . All lane lines and centerlines delineated within the project, including those streets currently delineated with paint or thermoplastic, will be delineated with pavement markers and not with paint or thermoplastic . All » channelizers removed by the Contractor' s operations shall be replaced in like kind, at its expense . Existing non-reflective pavement markers shall be masked and washed in accordance with section 10-3 . 02 "Protection of raised • pavement markers" of these special provisions . The Contractor shall install all ' raised pavement markers and reflectors, 72 hours after completion of slurry seal as the job proceeds along, and shall rabbit track the proposed project, as the job proceeds before completion of work each day, not at total completion of slurry seal . The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than 1/2-inch in 50 feet from the specified alignment . All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. • SPECIAL PROVISIONS 1997/1998 Annual Shay Seal Program �' CONSTRUCTION DETAILS City Pr.jW N"mb.r 97-16 SECTION 10 - PAGE 10 30 December 1997 + 10-4 .08 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round thermoset polymer pavement markers as • manufactured by Clama Products, or approved equal . The City will provide blue reflective markers to the Contractor. Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire • hydrant . When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half-street closest to the fire hydrant and on a line perpendicular to the fire hydrant . 10-4 . 09 Payment - Payment for pavement markers shall be considered as included in the unit price bid for slurry seal, and no additional compensation will be allowed therefor. The contract unit price for slurry seal shall include full • compensation for furnishing all labor, materials (unless specified otherwise) , tools, equipment and incidentals for doing work involved in completing this operation as described in these Special Provisions and as directed by the engineer. No other compensation shall be given therefor. - END OF SECTION - • • • • SPECIAL PROVISIONS 1997/1998 Annual Slurry Seal Program CONSTRUCTION DETAILS Cily Pmjecr Number 97-16 • 30 December 1997 SECTION 10 - PAGE 11 • • CITY OF PALM SPRINGS • DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION • • PART III - APPENDIX 1997/1998 ANNUAL SLURRY SEAL PROGRAM CITY PROJECT NO. 97-16 • Table of streets and square footages Staging area map Standard Drawings • • • CONTENTS 1997/1998 ANNUAL SLURRY SEAL PROGRAM PART III CITY PROJECT 97-16 30 DECEMBER 1997 • • FISCAL YEAR 1997198 CONTRACT SL04YSEAL LIST • Section ID No. IStreetName From v To Sq. Ft.� Section 20 2045115 Av 34 Golf Club Dr 50' E. Marguerite 72,747 0,®93 • 2045120 Rush St Av 34 North End 34,542 3,338 Total Sq. Ft. &Sq.Yds. This Page _ '807,2G9 p 1 i,92N F1. &Sq.Yds. This Section 107,2809 11,921 • • • City of Palm Springs Page 1 1113WO • uF"e:b OAL YE-Atu ScacVcn 9®No. StreN®. Street Name �rosue �� � Sq �� ���� i 8. Suction 25 2544005 Barona Rd E Palm Cain on ®r 340' S F Palm Can on I]r 20 �2 , �� 2Ga 25440i0 Barona Rd 340° S. E Palm Can on ®r ��ioroa� o Tr 20 ®�➢ p 2,233 • 12544015 Barona Rd Morongo Tr Jacaranda Rd 25 -TN—IF 593 V 2544020 Barone Rd Jacaranda Rd South End _N_ 25,73"J C 2,859 j 12544025 Jacaranda Rd Barona Rd East End 42,597 A � � 2544030 Coneho Lry � jJacaranda Rd Horlh End �It910 OL4 12544035 Anza Tr Savona Rd Araby ®r _ 24,090� 2,747 2544040 Araby/ Cr Araby Or East End 2544045 Morongo Tr Araby Dr 600'V�9F V Araby ®r _ 23,700) 2,01,10 �254405® dEscoha ®r El Clelo Rd � _�E Palau Canyon ®r--y 65,977 g J,553 '2544070 Smokewood Av Araby Or NWest End 19,130 2,192 N� - - 2544075 CBvolla PI Araby Ce q ls2a.2 Av - 5,103 _ 507 12544080 Rim Rd t!snaqa=A E_3osnaga t4,®4® N--V,500 • 12644085 Bisna a Av North End __ _ NScuth End 9,720 , 9l'um �2544090 E Palm Cnyn Frontage Barona Rd Smoketree Ln Z�3,1 L0 4,793 i2544090 E Palm Cn n Frontage Smoketree Ln �788° W Smoketree Ln _ 22,510 q ?,Fm 2544100 AE Palm Cn n Frontage 788' W Smoketme Ln West End 17,100 �V 1900 254 E� 4105 Palm Cn n Frontage Barone R �qE_ Palm Canyon Dr m 18,207 R 2,023 i Taea —t. L Sqo Yds. Thi s Page .�— -g_ ��®,��4 qy 50,0iG �® �TeW Sq. f 4. & Sq. Yds. TWs_SocVlan �_ E.�O tl44_tl 50,01E City of Palen Springs Page 1 0/13/97 • PC. j7, 2644®3® S Palm Canyon Or �Cantioua lbVy b,5va o2da GraWade Call �—Palo Fierro Avcnoda Graoaada P Veonc — �rLn 2v44®4fl1 CaHa Palo Fierro n Verne WVVV U u v,ua pa @ na ®r 2U4`®45 C,aHo Palo Fierro� tiv1n PaOm� Or iE PvAl m aTD ouu Dr lC i64 ^ .=i 2644050 Cam na Peal - uF Pairn Canyon Or Lz Verna Wy �n_ 17 7,090 2644055 Camino Read j a Verna V 9J _ rd°599 Anambra ®r V®y �a6�� '� _u 9 a h. ��.. _ �2644®60 11 Fior Cr IC2fla Palo F iea�® 4 ��sw L Hsu — � � �2644®26D �_, � r v 8_•112644,035 Bar Jose Wd 0e Palo Fiorro D 3 n Cup - �d cu3JsdA� Sierra Widre �Swo Bose Fd Aveaa d'7 Granada ,o,, e q if �2646075 Can Vista F im Canyon Or � lSoeoua aM@c1re� �� �® 52 2�a1 4'®8.1® AovO Cr ��n'oa Vadop j 2 S ern � © � n? Z fir'®C5 p V ouo Cr ��Soero@ Madre t4 opt prod , , , l 2344095 TKO Cr __ VSoerua Madre 4 as ��2044095 C a=Te e ®r Voa fEsstrol7a oouva W9 a A 9® 10,300 2644100 Caliente Dr err, VVy � K Veo�o Vyy � 3" 000 � 4 000 2u44io5 —Ledo C lroVedoAv _ iWesaI nd _ G�_ der 9aG i � J 1222644/10 Toledo Cr Toledo Av � ���9Vest �r�d ��. 7,074 T 2644115 CaNdo Cr L'o9edo Av West nd v64,7�_?5 jConc¢sa Cr cledoAv p 6s L.eud 0,702, �12644125 ��Marc Cr Toledo Av ��W as4 End � �H © 0/ i 12,0 12644130 ABPaQmbra Dr A62° F Camino Seal Canu9no !Real � 53 /3 d ,,9 3 �2644135 Balboa Cr Camino Piea9 R09est nd d l ', �2644140Yosemite Or Camino Real South th Find o5 593 �� � � ih 2644'1 5 p�ee�roua P9 Y®sn yiofle Dr INhaiibm Fr. •h644159 B,Aa Lazo BEruosno Real Peal �R64155 �Soeova V39y Caile Palo t oeffo jEzi� no Read 2644 iC0 �So rra VWy ��� �Cao�orao & eri 1�a0ocvae L�r ?o ��—�Soeu a V6y Caiien4e ®r l ®iCd® 4di1 198y ,c dfas Ii264417® Silverado Cr Sic�ra Wy Sou'Sh End 2044.1- 5 Madrona Or Sierra VVy �Voledlow L2 CuJ ��2G4 1 t1(D Rhancopa Dr To I eedo Av Ma tuna, Or �2a44if3a [Pogo Q A�aduorua Dr' 6,750 y ®r 26&r190 �020 Cr - �Weadrona Dr� N ui End T&71 Of Luz Cr Madrona Dr� - �(Neflh End m��a g,a6CD p alit 2644206Fuego Cr 4Uadrona Dr 15ou1Ga End l a 0� > 2644205 Tulare Dr -�� ��dae000�a�r Lobo Wy � � 25 rya 00_0 � 264421® Lobo V 0y� Allzre Or Clnico Or 26A4215 Chico Or ��Lo�o VVy ��Maric®ipa D_r � g3 41,32 q � 2 rt,lg �2644220 Chico Cr Chico Or _ VWesu Fund �� _C, 3 5 � 6r5 r 264r22a 1 �La Vora® VU yoetGa d dd r Cadiz Cr 264423® — NvAn Palurts Or La Verna VVy �Arqu ffla rd � � �651 1(Go � Co e>0 ' �r644235 f iywm Palrrus Dr Arcoailla Cad _ ) 0 `?,C;:,9 �� i oono Peal 4-i,GO 126442463 F vio Palons Or ao�oono Fte�nO Cafle Palo Fierro � S t h 1 4 �,1 26�'4245 5win Palnns Dr CaNe Palo Merro S P21m Canyon Or ?9 i iuo 44250 VV Palrn Canyon Dr �S Palm Canyon Dr BF Palau Canyon Dr z2 1,36 26 26'4255 �AaqL�!VHa Rd E Palm Canyon Or sworn Palms Dr� 644260 _ �5avago Rd - TvA n Palms Or La Verna VVy ¢ `yea 5,ya •1264^.265 ® Marion UVy VLa Verne very ��Ca9ientc Rd �s i3,63 o u oCai V. F4, � sq. Yds. TNs Pa¢L e ; 1.M2 965 1 U3 5&i City o6 Palm Springs Page 1 _ -- - 3V13/97 - • Poch AL YEIR 19Tr660 COMM,ACT SL ��rS[:-aL LJST Secfis©rs 26, Cam, ®red rJt �J 2644270 —-- Cniien@o Rd � _�Htmv o Rd 20,35® I� 3,d56 2044275— Mari®n W19�o Guar p© G�� �co -w Tree PI --� 64� �' 172 2644280 l ® tova Tree Po — nze a t� �� ,�® V —2,775 2644285 jAnza Dr _ �shua Tree M �Navnjc Glad 0 066 657 2644290 IAnza ©r [d enrad® Rd_ _—�Cfl cents Rd 264429a Ana Maria PV Maroon gygv �A��c �3r �V f1^� w 1,272 26 '306 IYucca P9 lay za ©r � �madoul Vvy � � 15JA7 a 606 • 26-43®5 Caoaoec ePi C@rNaloEieal , C92 � 902 26443968 ICaliente Rd_ 7a me rVy� � Pic JoM Cad � �� dL2 1,714 ?_G443a5° m Callen e Rd 7a Jolla Rld A�Rd 26=1b32® IApaci�e �d CaHekle Pia H,8vld® kid 2644325 Nava'c Cr ]Nararad© Rcl R act End _ N� 5,733 II 637 zt- 33dd��l��aac6ae Cr �. Ap�ms F ScuM End _ 10,532 f Clio 2644335� Aquaneita ®r � 1RMn Pc@ms ®r _ La Joh Grad � 17 670 �.__ � 9.m9 2644340 �ane9fla Cr Aq� etta Or _ — IEasl, End � 5,733 J 63,7 264434T— 0 a Jolla Rd _ cmin®Raa0 �mavaaps r=id � �17 6M j� 1,966 2643350 7a JoHa did — �Havay® Rd �IEasa End �� � zm 'm 4'6i®d 2644355 Toledo Av Madrona ®r I120 M. Esrreft � 2511 154, 23,306 �2644360 Via Apulia 17a Jolla Rd ��1TvAn Pa ms Dr_ 17,640 1,96'a _ IyalaB SQJ.R. ez 7 cds. Th6 s P@pja n a a 9 56,935 m PI I� I I`7erbai 9� i . II� d-. %(Js Thou Ser,doon . 2.736 9 i ) ,03,435 r sty o�aae �ran�� `— �a��z - �A ii�< section 90 MO. Street Name From ®� To -� �^ — — Seotion 2Y _ 2744005 S Palm Canyon Dr W Palm Canyon Dr El Portal 7(3,11 S 'i 0o+57 ' 27440i® S Palm Canyon Dr El Portal Cantina Wy 158,6 17,027 2744015 Cantina Wy S Palm Canyon Dr North End 26 22 �2,258 I �i e III • I e II " IL._."_�I Total S . P t. & S .Vds. This Pa e q 255,070 28,312j Total S . l't. & Sq.Y s. This Section -w_255_,T City of Palm Speings Pagel 1/0/95 GISr7 L YEAR 1997198 CONTRACT SL YSFAL LIST WO Sectlora ID No. atreet Name From TO S . Ff. Oection 29 12945005 Golf Club Dr State H Ill Av 34 3®2,6 0 33,65a • 2945020 Cree Rd Tones Rd Golf Club Dr 4t,6a0 4,62EI. 2945025 Marguerite St Av 34 Martha St 29,555 3,204 1 2965030 Martha St Marguerite St Lawrence St 6,372 7001 2945035 Lawrence St Martha St Av 34 46,224 p5j30 1 29450�d0 94Vavedy Dr Golf Club Dr Broadmoor Dr _73,030 7,20 2945045 Broadmoor Dr E Palm Canyon Dr Cherry Hills Dr t 04,724 II ,u 1,,336 1 • 2945050 Cherry Hills Dr Broadmoor Dr Pebble Beach Dr 43,,443_ 4,G271 2945055 Pebble Beach Dr Che Hills Dr Lakeside Dr "�4a a4©� 0y060 2945060 Lakeside Dr Pebble Beach Dr Brentwood Dr 30,3044 2945065 Bob O'Link Ln Brentwood Dr Cherry Hills Dr 70,371 7,��9 2945070 Oswego Cr Bob O'Link Ln East End 6,012 H�360 2945075 Menlo Cr Bob O'Link Ln West End 7,695 �� 055 � 2945080 Brentwood Dr Cherry Hills Dr vi7averl p Dr 00,703 0,967 I lI I 'dotal Sq. I-t. & Sq.Yds. Th!s Pa a 906,706 100,754 ' Total S . t=t. &Sq.Yds. This Section 906,766 100,751 • City of Palau Springs Pagel i/a/90 .. +a �w - 3-0 f3N5005 Esooba Or 9 Caeio ��� Easi End 20 352 3045015 �Gene,4utnj Tr Frontage ' N Ea ie 114y Par Cr �p �_� d ' JN Q 1 0h5025 0Seminole Rd Cherokee VVy N220' E Chereokcee yd y 304503® kindero 49Wy Matthew®r — JE Paiaa Canyon Or b 25,9 1 I—d 20)a �3046035 linden V E Palm Can on or �e en ��Cees®a j00450�©�r�Cherokee Seven Ea@cc:5 Dr a 6�a9�a Q awn Dr — N Oil m �b 900 /3045045 Ciaerokee W Canyon aew®r 4 1 A s N 692, 040 „ � P�iw� Cap ®n ®r ��yQi 3045050 Matthew Or Cherokee 49WY E UP06EeGB _ G4 3015055� Mafthee� Or 01 a E Linden VVy NE pdm Cam Dr � 3t 023 J�3 301500a0 pSeven Lakes Or one A&V TrCherokee VVY 130,3500"s --- Seven Lakes Or Cherokee VVy Was[, End �3045070 �4969aveo�y ®r _ NBroadmoor Or Gene Autry Tr �� 27,120 3 °9 R (3®4Sc` Slydlie 99idya ��i9avePi �(ry yEel& VVY — 57,036 p� b.'3T6 0130,15000 �[3irdia 14/� — Eagle Qg y _ Par Dr _— — 2,i SO d®9 30�50C,5 Par Per �F's¢�ae�� Genie Au ohs Tr Frontage ��� 10,201 2,020 0045090 _Uvot bn Par Or NEagle VVy 30,447 N . _ 3,303 30"5005 Ea Gone A r34�Tr _ J 7 72 i u , u4vJ •'�`Yo= o cfu�GG'� �i ��o➢U o`4e'•dGpG!'��'a°"""�-`""�4oPos.4 3®4 O E Pair a Cnyn Or Fron4e CiaeroC,ee VYy k ondecB 909y 21,007 2 3d 1 !13045110 F Palm Craton Dr Fronta Unden VVy East End 19,557 p 2 73 L B - •. II - m pp L_ ___ _ - N�s--.� Sq. olds TNs page ==� — ——ITo¢ai Sq. 9 4t. Sq. `leis Wo SGc2B on City of Palm Springs _ — Page 1 5/1 wq0 7 • NSCAa VZAP 1097193 CONTRACT SARYSEAL.LIST xecdon ID No. Street Name From TO section 34 �P 3444005 S Palm Canyon Dr Murray Canyon Dr 550' S MurrayCanyon Dr 33,003 u_ 3,667� 3444010 S Palm Canyon Dr 550' S Murray Canyon Dr Bogert Tr 271450 � „ 3,050 3�diM S Palm Canyon Dr Bogert Tr 140'S Bogert Tr _ 5,77Q j 64-64-2 Total Sq. Ft. S, Sq. Yds. Wo Page 66,231 7,35�1 Totai Sq. Ft. &Sq.Yds. TNs Section g_,N.. 06,r�a��� a,Ks9 • City of Palm Springs Page 1 — V619 �' • f-K)CAL YEAR 996e6,90 C®6a7y'RACTSLOYSEAL 9#3T Seefibss�9® 6yn. S4rQef P9arrae From - - To ��. L �-� -lac_C_eII SprVon3y 3534005 bflou�ntain Shadow San Rafael Rd No h Irma 15 732 74., 3534010 Twin Star Rd Mountain Shadow 11,5' E Mica Dr Q 13,033 q_ 0,5,37 3,34015 Mioa Dr Twin Star Rd �6lordh End �� 10 602 h�i j ME 3534020 Garnet Rd 'Mica Dr NMoontah Shadow W Gb N�i d ac 3534025 Sand Spring Dr NTwin Star Rd GarWR Rd 0 001 1,000 3544005 �N a oledo Av NMadrona Di Musrray, Canyon Dr 41 -G23 �4U, ?a r 35,]4020 Bogert Tr _ 443' E S Palm Canyon ®r ®9d� 79,2720 �02 ( 5 U 6�4015 Bogort Tr S Palm Danaa on Dr 4 S Palm Can on Dr 17,721 � 1 0160 Goldenrod Ln 0ed' J544025 Eb ert Tr Goldenrod Ln 1764' E Goldenrod Ln 5 5 3544030 Bogert Tr 1764' E GoMenrod Ln g125' N Andreas bills Dr 5J,33? 0,500 3544035 Adelaar Rd - -- Bogert Tr NEast End 10,9J0 2,2?? 3544040 S Palm Canyon Dr Avenida Granada N130'S La Condesa Dr 3544045 NS Palm Canyon Dr '130 S La Condesa Dr _jWwrra�1 Can on Dr N - 51 d�� �' 3644050 Sierra Madre Dr NMurray Canyon Ear —ISantiago Vqy 31,860 B C,10 3544055 Santiago Wy Sierra Madre Dr Cagle Palo Fierro 29,583 3 8 354406 Calls Palo Fierro Santia o 94Wy Avenida Granada 3,0 6,,52 66 13544065 Camino Real 140' N Alhambra DrMurray Canyon De 0 0 2 773 II 0 ¢3544070 _Qonita Cr Camino Real West End 12,24.9 1,30,1 3544076 Avenida Granada Camino weal Cagle Palo Fierro 50,637 L a 2v-, 3544080 Avenida Granada Cagle Palo Fierro S Paim Canyon Dr 66,3.E 7,373 3544005 Sierra Madre Dr Avenida Granada South End 19,305 I 2145 3544090 ilia Estrella Toledo Av �Caliente Dr �RF 45,0020 i 5,a PL 3644095 Alhambra Dr Camino Real 462° E Camino Real N 10,072 A 2,003 35 a11�0 ` ?? PeQ aoen® CrCr Private ??? Via Estrella Soaath End Y 0,337 3 0 -- � ----- .� s _ 3.e. • 35441®5 IRedfford Dr Bogen Tr Andreas Hills Dr � 1�,M5 If� ,035 3544,110 Andreas Hills Dr Redford Dr Ridgemore Dr 56,204 tl 0,�?73 SM,1115 Hillvlew Cove Bogert Tr Andreas Hills Dr _ N 0,711 1,070 354412o Hillvlew Cove Andreas Hills Dr East End --�N 8,2521 2102 3544125 Dunham Rd Andreas Hi1is Dr East End N.m 17,200� . B,,120 3544130 Stone Hedge Rd Andreas HilisDr East End �� `14,7,4,22� • 3a4.414® �A3o�ert Tr —]125' N Andreas Hills Dr Redford Du 7G,500�a 0,501 • City of Palm Springs Pagel Ih3✓9i1 f pl�/6s9'6��af-1/�3.'L•.✓6:;�6 ®�/®gA{9O® Ir�SJ.c.-+l�u�.e�.EE�9®Odle"®I'�TO®ISaTi/ l�Tr Ja6"A���®d.0./���'7O0G`�m�� STAGING AR -A j CITY T @f Irk .�.n9�`'e`i�r"-.-'•.F�L �? 'sue-1 i;,'1 L ®L e PALM SPR2H(MB q Ni ON I— T^ �6 BR, IN `��`_'`�__�^-•� r°�`� Vie' ��l.J�m•'li L ��' IN JIL f L.�.,�_�o � I, ` �� s � _ 4 ti'.�^,•„yam+•" � � �') v e f+ij °i ' �=.L, �. _�" q - III `' ." ` - C�v ji.:.i;• 'cnVi.ui/ � r-:•i �esi-8 ,F Sous• , N e� Q ��� pla�' P�•;�� ��jj Irvi STAGING AREA � f 0n `°`s%•V;� p4 � j'[� i, ML9' t'S.� Ira pvt8tl� �,�� IN p wY�1�1\ �� L • b �r a f' F�de+3J.G0'©�©oL9"O'139A O®OST'd©4AAdEC.OL�s�6^J®drOrL��"�G�®6'9O'SJ'®.¢9�FiC®®0�90®®.i�®e"®l�.T&—✓.J9®OPG'✓����"-�'�� NO. •® REVISIONS APPROVED DATE � 1 f i 1 r E c THERMOPLASTIC MATERIALS ARE TO BE USED FOR STOP BAR AND LEGENDS STOP BAR TO BE LOCATED �W W THE MIDDLE OF THE TRANS. NEAREST THE B.C. I I r CL OF ROADWAY FACE OF CUR® I E • ty THERMOPLASTIC MATERIALS ARE TO � BE USED FOR STOP BAR AND LEGENDS J�OI • STOP BAR TO BE LOCATED I .I JI IN THE MIDDLE OF THE TRANS. NEAREST THE B.C. I i CL OF ROACiWAY� -�--.FACE OF CUR® • i I I NOTES I. ALL LEGEND STENCILS SHALL BE CALTRANS METRIC. i 2. STRAIGHT ARROWS SHALL BE CALTRANS METRIC TYPE I. 3. CURVED ARROWS SMALL BE � • CALTRANS METRIC TYPE IV. 3. DROP ARROWS SHALL BE CALTRANS METRIC TYPE VI. MY OF PALM SPF91INGS APPROVED: DATE.--� DEPARTMENT OF PUBLIC WORKS 23209 CITY ENGINEER R.c.E. STOP LEGEND DRAWN BY: FILE rbl STANDARD PLACEMENT DETAIL CHECKED BY: DWGI N07 E25M r E.F. 0 - CERTIFICOE OF INSURANCE 03/`03/98' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Construction Unit ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALBURGER BASSO de GROSZ INS . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 301 Island Parkway, Suite 300 COMPANIES AFFORDING COVERAGE Belmont, CA 94002-4110 COMPANY ATranscontinental Insurance Company INSURED American Asphalt Repair & coBaNv Unigard Insurance Company Resurfacing Company, Inc . COMPANY P .O. Box 2306 CPaula Insurance Company Redwood City, CA 94064 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 TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION LTR DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS A GENERAL LIABILITY C123776304 01/01/98 01/01/99 GENERAL AGGREGATE $2 000 , 000 X OMMERCIAL GENERAL LIABILIT PRODUCTS-COMP/OPAGG $2 OOO 000- ---]CLAIMS MADE OCCUR PERSONAL B ACV INJURY $1 000 , 000 X WNER'SBCONTRACTOR'SPRO EACH OCCURRENCE $1 000 000 FIRE DAMAGE(Anyone fire S50 0OO MED EXP(Anyone person) s5l 000 B AUTOMOBILELIABIUTY BA614030 01/01/98 01/01/99 COMBINED SINGLE LIMIT $l O00 000 X ANYAUTO / / ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Perperson) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accltleni) X Drive Other Ca PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLAFORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ C WORKERS COMPENSATION AND PWC5015211 01/01/98 01/01/99 X7 STATUTORY LIMITS EMPLOYERS'LIABILITY EACH ACCIDENT $1, 000 , OOO THE PROPRIETOR/ X INCL DISEASE-POLICY LIMIT $1, 000, 000 PARTNERS/EXECUTIVE OFFICERSARE: EXCL DISEASE-EACH EMPLOYEE $1, 000, 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Re: Job #CP97-16, A3913 - 1997/1998 Annual Slurry Seal Program. The City of Palm Springs is named as additional insured as respects general liability per endorsement attached. 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 WILL3VQKff9fNXMAIL 3200 Tahquitz Canyon Way 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Palm Springs, CA 92262 aaaaFxQ�smcxacaaLestuxmrnuwmaa PF.Y}IN[:4S1RII34UCQi'AL�9�7DOD�BdMPC7ffhG}QI,gBQJ,[SCSFSCI�U}ER�193BYT4E7L AUTHORIZED REPRESENTATIVE yy�� ACORD25-S(3/93)1 oft S78968 M77009 AMERIASPH DMR Q ACORD CORPORATION 1993