Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03796 - MOJAVE EQUIPMENT CURB GUTTER REPAIR MO 5948
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 PUBLIC AND/OR ❑ PRIVATE MPROVEMENT TO: MOJAVE EQUIPMENT CO. ACCEPTANCE DATE: MARCH 4, 1998 P.O. Box 458 PROJECT: CP 96-18, Annual Apple Valley, CA 92307 Curb/Gutter Repair AGREEMENT NO. 3796 MINUTE ORDER NO. 5948 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS 6" Curb & Gutter 810 L. F. Curbing L.F. Street Paving 3, 685 S.F. Street Paving S.F. Sidewalks/Ramps9, 733 S.F. Sidewalks S.F. Cross Gutter 2, 372 S.F. Driveway Approaches S.F. Splash Pads 1, 345 S.F. Bike Paths S.F. 6" Barrier Curb1, 062 L.F. Sewer Mains L.F. Spandrel 2, 918 L.F. Sewer Laterals L.F. Sewer Manholes Ea. Sewer Manholes Ea. Location:Various locations in Sections 1, 2, 12, 13, 14, 15, 23, T4S, R5E and Section 19, T4S, R5E C.P.S. Drawing No (s) . Specifications Permit No. 12122 Contractor (s) doing the work: Mojave Equipment Co. Notify your bonding company/bank to release the following bonds: No.LF01-05500 in the amount of $146,146.40 Performance: 1/12/99 No.LF01-05500 in the amount of $ 73,073 .20 Payment: 2/11/98 No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No. in the amount of $ Correct . & Repair N/A Engineer: CITY Bond Co. /Bank: Intercargo Ins . Co. Comments : Final Contract Amount: $210,932 . 60 NOTE : Liquidate LLd damages ($2, 140) was assessed from the above amount. Submitted bA147 J Engineer nnjjg Fi d Supervisor C�JWuN v ll Approved by .Y/ �_ Approved by City Engineer Director, Dept. of Transportation Distribution: Original to Addressee. Copies to : City Clerk, Engr. File, Engr. Field Supr. , Building, Streets & Facilities . Index No. 9801 Return To: RECEIVED FOR RECORD City Clerk AT 8:00 O'CLOCK City of Palm Springs P.O.Box 2743 Palm Springs, CA 92263-2743 JAN � td 198 NOTICE OF COMPLETION of Rh °'"°''�'°,0,ft of Wrd dtlIn C'xiai Gr,"do Flecwdet NOTICE IS ]HEREBY given that: ro—F =4, 1. The Cityof Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California(P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 26th day of November 1997. 5. The name of the contractor (if named) for such work of improvement was: Mojave Equipment Co. 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: Annual Curb & Gutter Repair project. 7. The property address or location of said property is: Various locations throughout the City. 8. City Project No. 96-18, Agreement No. 3796, Minute Order No. 5948 DATED: .Tanuary 6, 1998 CITY OF PALM SPRINGS REVIEWED BY: By: .C4( ' Director, 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 municipal corporation. c i City Clerk WP:md/Oct94 Index No. 0198 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Oct. 28, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Reoair Change Order No.: Three (3) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 133-320-0298-7595 Agr.# 3796 M.O. # 5948 Res. #_ A. CHANGES IN WORK: Increase to Contract Bid Items (Base Bid Schedule): 3. Reconstruct Nuisance Drain @ East Palm Canyon and Calle Palo Fierro 7. Sawcut and Remove Curb and Gutter 8. Construct 6" Curb and Gutter 9. Sawcut and Remove Sidewalks / Ramps 10. Construct Sidewalks / Ramps 11. Sawcut and Remove Cross Gutter 16. Construct Spandrel 18. Sawcut and Remove A.C.Pavement Decrease to Contract Bid Items (Base Bid Schedule): 12. Construct Cross Gutter 13. Sawcut and Re"ve 6" Barrier Curb 14. Construct 6" Barrier Curb 15. Sawcut and Remove Spandrel 17. Construct Splash Pad 19. Install A.C.Pavement (Deleted) Increase to Contract Bid Items (Alternate Bid Schedule) 6. Sawcut and Remove Cross Gutter 7. Construct Cross Gutter 10. Sawcut and Remove Spandrel 11. Construct Spandrel 13. Sawcut and Remove A.C.Pavement 14. Install A.C.Pavement Decrease to Contract Bid Items (Alternate Bid Schedule): 2. Sawcut and Remove Curb and Gutter 3. Construct 6" Curb and Gutter 4. Sawcut and Remove Sidewalks /Ramps 5. Construct Sidewalks /Ramps 8. Sawcut and Remove 6" Barrier Curb 9. Construct 6" Barrier Curb 12. Construct Spandrel Increase to Contract (New Items): A. Remove and Replace Driveways on Paseo Gracia B. Install Additional A.C.Pavement on Via Soledad C. Install A.C.Pavement D. Discount to install A.C.Pavement B. CHANGES IN CONTRACT COST: Increase to Contract Bid Items using Base Bid Schedule unit prices: 3. Reconstruct Nuisance Drain Accumulation of Cost $15,400.27 7. Sawcut and Remove Curb and Gutter 316 LF @ $1.88 $ 594.08 8. Construct 6" Curb and Gutter 316 LF @ $11.83 $ 3,738.28 9. Sawcut and Remove Sidewalks / Ramps 917.5 SF @ @0.54 $ 495.45 10. Construct Sidewalks / Ramps 554 SF @ $1.88 $ 1,041.52 Page 1 of 3 y�. CITY OF PALM SPRINGS n n u r n A n T n 11 A w, n G' ^ o M C 0 Con P. o CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Oct. 28. 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: Three (3) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 133-320-0298-7595 Agr.# 3796 M.O. # 5948 Res. #_ B. CHANGES IN CONTRACT COST: Increase to Contract Bid Items using Base Bid Schedule unit prices: 11. Sawcut and Remove Cross Gutter 67 SF @ $0.81 $ 54.27 16. Construct Spandrel 282.12 SF @ $3.92 $ 1,105.91 18. Sawcut and Remove A.C.Pavement 329 SF @ $0.65 $ 213.85 Sub-Total $ 22,643.63 Decrease to Contract Bid Items using Base Bid Schedule unit prices: 12. Construct Cross Gutter 1,253 SF @ $3.76 ($ 4,711.28) 13. Sawcut and Remove 6" Barrier Curb 163 LF @ $1.34 ($ 218.42) 14. Construct 6" Barrier Curb 194 LF @ $10.75 ($ 2,085.50) 15. Sawcut and Remove Spandrel 318.88 SF @ $0.91 ($ 290.18) 17. Construct Splash Pad 131 SF @ $4.03 1$ 527.93) 19. Install A.C.Pavement (Deleted) 176.62 SF @ $3.23 1$ 570.48) Sub-Total ($ 8,403.79) Increase to Contract Bid Items using Alternate Bid Schedule unit prices: 6. Sawcut and Remove Cross Gutter 2 SF @ $1.99 $ 3.98 7. Construct Cross Gutter 858 SF @ $3.76 $ 3,226.08 10. Sawcut and Remove Spandrel 113 SF @ $1.99 $ 224.87 11. Construct Spandrel 113 SF @ $3.92 $ 442.96 13. Sawcut and Remove A.C.Pavement 329 SF @ $0.81 $ 266.49 14. Install A.C.Pavement 62 SF @ $4.30 $ 266.60 Sub-Total $ 4,430.98 Decrease to Contract Bid Items using Alternate Bid Schedule unit prices: 2. Sawcut and Remove Curb and Gutter 94 LF @ $2.69 ($ 252.86) 3. Construct 6" Curb and Gutter 94 LF @ $11.83 ($ 1,112.02) 4. Sawcut and Remove Sidewalks / Ramps 297 SF @ $1.61 I$ 478.17) 5. Construct Sidewalks /Ramps 297 SF @ $1.88 1$ 558.36) 8. Sawcut and Remove 6" Barrier Curb 1,061 LF @ $2.15 1$ 2,281.15) 9. Construct 6" Barrier Curb 18 LF @ $10.75 ($ 193.50) 12. Construct Splash Pad 683 SF @ $4.03 ($ 2,752.49) Sub-Total ($ 7,628.55) Increase to Contract (New Items - Negotiated Costs): A. Remove and Replace Driveways on Lump Sum $ 2,245.42 Paseo Gracia B. Install Additional A.C.Pavement on Lump Sum $ 1,158.30 Via Soledad C. Install A.C.Pavement-Renegotiated unit price 2,813 SF @ $3.00 $ 8,439.00 D. 2'%% Discount to install A.C.Pavement $8,439.00 @ 2%% ($ 210.98) Sub-Total $ 11,631.74 TOTAL NET CHANGE ORDER = $ 22,674.01 C. REASON FOR CHANGE: In Bid Item No. 3, Base Bid Schedule, the original design to install the nuisance drain system conflicted with the existing utilities, 6" Gas Main, 12" Water Main and 2" conduit for Light Standard. The City of Palm Springs, Engineering Division, has redesigned the construction of the nuisance drain system to go above all of the above utilities. The Contractor, Mojave Equipment Co., will complete the work under the Accumulation of Cost format, per Specifications. Page 2 of 3 x 0 0 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Aug. 28, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: Two (2) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 133-320-0298-7595 Agr.# 3796 M.O. # 5948 Res. # A. CHANGES IN WORK: Increase to Contract Bid Item: 1. See attached Alternate Bid Schedule - Exhibit A 2. Drain problem @ Tachevah Drive and Ave. Caballeros 3. Additional sidewalk work for Bid Item 15, Alternate Bid Schedule, Indian Cyn. & Garnet Ave. 4. Additional cost for construction scheduling to incorporate Alternate Bid Schedule B. CHANGES IN CONTRACT COST: Increase to Contract Bid Item: 1. Alternate Bid Schedule - Exhibit A See Attached $ 38,081.06 2. Drain problem @ Tachevah Drive & Per Bid Items remove: Ave. Caballeros 60 LF AC Berm @ $2.15 $ 129.00 180 SF, 3' wide, 4" AC $ 145.80 @ $0.81 Per Bid Items construct: 60 LF 6" C & G @ $11.83 $ 709.80 60 SF, 1' wide 4" AC $ 258.00 @ $4.40 3. Additional sidewalk work for Bid Item 15, Per Bid Item remove: Alternate Bid Schedule @ Indian Canyon and 214 SF, variable width $ 344.54 Garnet Ave. sidewalk, 2.5' to 10' @ $1.61 Per Bid Item construct: 214 SF, variable width $ 402.32 sidewalk, 2.5' to 10' @ $1.88 4. Additional cost for construction scheduling Agreed Lump Sum $ 1,500.00 to incorporate Alternate Bid Schedule TOTAL NET CHANGE ORDER = $ 41,570.52 C. REASON FOR CHANGE: Street Maintenance Division wishes to utilize the 97/98 Damaged Curb and Sidewalk Repair funds at this time to take advantage of the bid unit prices and are recommending to proceed with the Alternate Bid Schedule submitted by the Contractor, Mojave Equipment Co. Also, they are recommending A) To remove 6" AC Berm and replace it with 6" Curb and Gutter due to a drain problem @ the NW Corner of Tachevah Drive and Ave. Caballeros, B) To remove and replace sidewalk for Bid Item No. 15 of the Alternate Bid Schedule @ Indian Canyon and Garnet Ave, per the Signal Maintenance Division due to three (3) signal pole knockdowns in the last year. The Signal Maintenance Division will be responsible for the underground work,furnishing, relocating, modifying and installing the traffic signal system and C) Additional cost for construction scheduling to incorporate the Alternate Bid Schedule. The City will add twenty-five (25) additional days to the contract for the above work. NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. D. SOURCE OF FUNDS: Damaged Curb and Sidewalk Repair Gas Tax account number: 133-320-0298-7595 = $ 41,570.52 Page 1 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Aug. 28, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: Two (2) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 133-320-0298-7595 Agr.# 3796 M.O. # 5948 Res. # _ Summary of Costs Contract Time Original Contract Amount: $ 146,146.40 Original Completion Date: Aug. 25, 1997 This Change Order: $ 41,570.52 Days Added for this C.C.O.: 25 Previous Change Order(s): S 3,595.90 Previous Days Added: None Revised Contract Amount: S 191,312.82 Revised Completion Date: Oct. 1, 1997 I have received a copy of this Change City Approval: Order and the above AGREED PRICES / are acceptable to the contractor. Submitted Lhy/ Date 9-4-q7 n O Field Engi e, r'ng upervisor BY /f�>v y •(VL ( Approved By _ Date L & r P City Engineers TitleGL 3' /J?y/L Approved by r- ✓L Dated Directorg�f Ira o tion, Date Q�d °i / i Appr ved by »��� �! u� ate h 7 ity Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) j is 4C �i.. ti..Y1L9an v .• /jj Page 2 of 2 ALTERNATE BID SCHEDULE Schedule of Prices for the Construction o the.- Annual Curb and Cutter Repair Proji ct CITY PROJECT NO. 96-18 i In Palm Springs, California i Exhibit "A" HIM e...TMdm ft"Mutod wt Vnit wmunt tee. ona+rnr rrkt 1. Traffic Control --• LS 5 8 2. Sawcut and Remove Curb and Gutter 124 LF S 9 6S 3. Construct 6'Curb and Gutter 124 LF S l 1 _ A3 S 4. S3wCUt and Remove P.C.C.Sldewalks/Ramps 810 SF S�'(y� S S. Construct P.C.C.Sidewalks/Ramps 810 S.F. S 1 _ A R S 6 Sawcut and RBmOVO Cross cutters 411 S.F. S 1 -9 7. Construct Cross Gutters 507 S.F. S 3 .76 S 1 ,906 _ 3 ll , _Sawcut and.RamoVSa—SarderCurb Aw LF. 5 ' 9,. 1 1S 9. Construct 6'earrler Curb 99.5 LF, S 1 0 _7 S S 10. Sawcut and Remove Spandrels S38 S.F. S 1 qo S 11. Construct Spandrels 538 SY. S S 12. Construct Splash Pads 1639 S•F. S 4 -0 S 1 13. Sawcut and Remove A.C.Pavement 2373.3 S.F. S _ A 1 S 14. Install A.C.Pavement 750.3 S.F. S 4 -4 o S 15. Remove and replace crossqutter and spandrel and Construct splash pad 0 Indlan.Canyon 1 LS. and Gannet Ave. S731 0 00 S 7 . 311 L EMS OP THE ALTERNATE BID SCHEDULE: eight thousand eighty one dollars & 0 100 nMc+M wa.rq COY PeaecTW1e UNIT PRICE BID SCHED LE Amwci°"°CM1 WR"'P'1I BID FORMS - PAC 4 n...d.r, 13 wm,sgr CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Aug. 15, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: One (1) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 161-320-0491-7594 Agr.# 3796 M.O. # 5948 Res. # A. CHANGES IN WORK: Increase to Contract Bid Item: A. Additional sidewalk work along north side Ramon Road, east of Calle El Segundo B. CHANGES IN CONTRACT COST: Increase to Contract Bid Item: A. Additional sidewalk work along north side 1,912.5 SF @ $1.88VSF $ 3,595.50 Ramon Road, east of Calle El Segundo TOTAL NET CHANGE ORDER = $ 3,595.50 C. REASON FOR CHANGE: 55 The Street Maintenance Division is recommending to construct sidewalk along the north side Ramon Road, east of Calle El Segundo, to tie into an existing handicap ramp and existing bikepath. This cost is to include raising three (3) water meter boxes and traffic control and not to exceed $3,595.50. NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. D. SOURCE OF FUNDS: Funds are available in account number: 161-320-0491-7594 = $ 3,595.50 HANDICAPPED RAMPS Summary of Costs Contract Time Original Contract Amount: $ 146,146.40 Original Completion Date: Aug. 25, 1997 This Change Order: $ 3,595.50 Days Added for this C.C.O.: 0 Previous Change Order(s): $ 0.00 Previous Days Added: None Revised Contract Amount: $ 149,741.90 Revised Completion Date: Aug. 25, 1997 I have received a copy of this Change City Approval: Order and the above AGREED PRICES _g���g�,� are acceptable to he contractor. Submitted DateYdl,B/ Field Eng in Supervisor TT�` By Approved By ' ✓` Date �7 City �E g' a r Title �d CT C, Approved by ��.' J L4_ Date ' s Directo Trans r a 'on Date Approved by aterP� City Manager Distribution: Original Conformed Copies Conformed-File Coov Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) Mojave Equipment Co. , Inc. Annual Curb & Gutter Repair ' CP96-18 AGREEMETN #3796 M05948, 5-7-97 AGREEMENT THIS AGREEMENT made this day of `�J/i�a in the year 19 , by and between the City of Palm Springs, a charter city,org ized 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 Moiave Equipment Co. . o Tnr 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 WORIL The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: Annual Curb and Gutter Repair Project C97 PROJECT NO. 96-18 The Work is generally described as follows: The Worlc is comprised of the removal and construction of sidewalks,curbs,gutters and ramps atvarious locations throughout the City. 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 Section 6-9 of the Standard Specifications for Public Works Construction ("Greenbook'), 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$535.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4--THE CONTRACT OOCI MrNTS The Contract Documents consist of the Notice Inviting Bids,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 for Public Works Construction("Greenbook"),Special Provisions,the Drawings,Addenda numbers_/_ to ,f'j , 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. CITY PROJECT 96-15 AGREEMENT FORM Annual cudm and Repay Protect AGREEMENT AND BONDS - PAGE 1 • Thursday,29 February,r.ry 1997 ARTICLE S--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with Section 9 of the Standard Specifications for Public Works Construction ("GreenbooK)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 forwhom 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 Section 1 of the Standard Specifications for Public Works • construction ("Greenbook") and the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. • The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF,the City and the Contractor have caused this Agreement to be executed the day and year • first above written. AYTEST: \CITY OFF PALM SPRINGS, CALIFORNIA BV 1' 1�'L`''y.�' L gV City Clerk City Managlir APPROVED AS TO FORM' ,r 6f Date pCi, pAtorney APPROVED BY THE CITY COUNCIL: * Date �p h' 11 N (� 7 Minute Order No.FQQR Date 5-7-97 Agreement No. 3796 CONTCN7S APPROVED: By ✓�>^ CONTRACTOR: MoiaVe Equipment Co Inc. City Engineer Date v/f 2A� By By V' Director of Public Works Title DOn V. C001eV, President Date Date June 4, 1997 • NOTARIZE NOTARIZE CITY PROJECT 96-18 AGREEMENT FORM Annual aim and R9 Project AGREEMENT AND BONDS - PAGE 2 • Thursday,20 February 1997 State of California RIGHT THUMBPRINT(Optional) County of San Bernardino f On June 4, 1997 before me, Karen F. Sedano, Notary Public (DATE) (NAMEUITLE OF OFFICER,e.'JANE DOE,NOTARY PUBLIC') `o personally appeared Don V. Cooley INAME(SI OF SIGNERIS)) CAPACITY CLAIMED BY SIGNERS) ❑INDIVIDUAL(S) I XCORPORATE OFFICER(S) President � personally known to me -OR- El roved to me on the (TITLES) basis of satisfactory ❑PARTNERIS) ❑LIMITED evidence to be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT Is/are subscribed to the ❑TRUSTEE(S) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER: he/she/they executed the same in his/her/their authorized capacity(iesl, SIGNER IS REPRESENTING: and that by his/her/their (Name of Persons)or Entity(ies) signature(s) on the Mojave Equip. Co Inc, instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the RIGHT THUMBPRINT fOptional) .... KAREN F. SEDANO + instrument. COMMISSION #1055207 S p NOTARY PUBLIC-CALIFORNIA 0 2 SAN BERNARDINO COUNTY Witness my hand and official seal. My ComarrWon Expires April 10,1999 "t F � (hill 6;1\(SIGURE FN TARY) \ CAPACITY CLAIMED BY SIGNER(S) ❑INDIVIDUAL(S) ❑CORPORATE ATTENTION NOTARY OFFICER(S) The information requested below and in the column to the right is OPTIONAL. ITITLOSI Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNER(S) ❑LIMITED Unauthorized document. ❑GENERAL ❑ATTORNEY IN FACT THIS CERTIFICATE Title or Type of Document Agreement Form ❑TRUSTEE(S) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of PaOes Z Date of Document June 4. 1997 ❑OTHER: DESCRIBED AT RIGHT. Signers)Other Than Named Above SIGNER IS REPRESENTING: Name of PersomO or Enbty(ies) WOLCOTTS FORM 63240 Rev.3-94(Price class a-2A) Q1994 WOLCOTTS FORMS,INC. —ALLL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATIONITWO FINGERPRINTS — II IIIIIIII II II 7 67775 63240 a 12ERFORMANCE BOND BOND NO. :LF01 -05500 KNOW ALL MEN BY THESE PRESENTS, That Mojave Equipment Co. , Inc- as contrattor, And Intercargo Insurance Company as Surety, are held firmly bound unto the City of Palm springs,a charter city,organized and existing in the county of Riverside, California, hereinafter called the "City," In the sum of: One hundred Forty-six thousand. One hundred For v-sj and 10/100 ��-1-4h6-- dollars, flit the paymen of which Sum well and truly t0 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 Annual Curb and Gutter Repair Project CITY PROJECT N0. 98-18 NOW THEREFORE, if said Contractor snail 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 t0 be furnlsned, 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 23rd-day of May 19 97 Mojave Equipment -� contractor C 71 Inc surety Intercargo Insurance Company gy lAl ' (iL gy ��r'` .%??cry.- � ��/�Eric Lowey Title Don V. Cool , President Title Attorney-in-Fact (NOTARIZE) (NOTARIZE) .......... y #12'1 i1111111\\11P\\\ ny PROJeer NO.scae A AM BOND mm�i curo n Gu¢or gppa'v prgect IDunda ,20 Fobmay IM7 AGREEMENT AND BONDS • PAGE 4 CALIFORNIA ALL-PURPOSACKNOWLEDOMENT State of California County of Orange On May 27, 1997 before me Victoria M. Tighe, Notary Public DATE NAME,TITLE OF OFFICER personally appeared Eric Lowey NAME(S)OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, VICTORIA M.TIGHE executed the instrument. COMM.t1041604 o Not Pubilo—Callfomlo es. ` ORANGE COl1NiV WITNESS my hand and official seal. Pfil Comm.Expksa JUi 12b.199a .. SIGNATURE OF NdFARY OPTIONAL Through the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Performance Bond TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL 1 C✓f ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: May 23 1997 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(ES) SIGNER(S) OTHER THAN NAMED ABOVE 410 State of California RIGHT THUMBPRINT(Optional) County of San Bernardino f On June 4, 1997 before me, Karen F. Sedano, Notary Public (DATE) (NAMEaITLE OF OFFICER i e."JANE DOE.NOTARY PUBLIC-) a 0 personally appeared Don V. Cooley INAMEIS)OF SIGNER69 CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUAL(S) }C]CORPORATE OFFICER(S) President ® personally known to me -OR- El roved to me on the ,Tams, basis of satisfactory ❑PARTNER(S) ❑LIMITED evidence t0 be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT Is/are subscribed to the DTRUSTEE(S) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER. he/she/they executed the same in his/her/their authorized capacity(ies), SIGNER IS REPRESENTING: and that by his/her/their (Name of Person(.)or Entity(ieq signature(s) on the Mojave Equip. Co Inc' instrument the person(s), or the entity upon behalf of which the person(s) ###i#i###ii###############•i##•i acted, executed the RIGHT THUMBPRINT(Optional) # # instrument. r .... KAREN F. SEDANO # pC ; COMMISSION #1055207 = =0 �'" NOTARY PUBLIC-CALIFORNIA : Witness my hand and official Seal. SAN BERNARDINO COUNTY s # My Commission Expires/aril 10,1999 •y (SEAL) o` ISIGNATUR O O ) CAPACITY CLAIMED BY SIGNERS) ❑INDIVIDUALIS) ❑CORPORATE ATTENTION NOTARY OFFICER(S) The information requested below and in the column to the right is OPTIONAL. (TITLES) Recording of this document is not required by taw and is also optional. , It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNERIS) ❑LIMITED unauthorized document. ❑GENERAL ❑ATTORNEY IN FACT THIS CERTIFICATE Title or Type of Document Performance Bond ❑TRUSTEEIS) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of Pages 1 Date of Document May 23, 1997 ❑OTHER: DESCRIBED AT RIGHT: Signed.)Other Than Named Above SIGNER IS REPRESENTING: (Name of Persan(s)or EnutVges) ALWOLCOTTS FORM 63240 Rev.3 94 Ip,!Fe clews B-2A) (D1994 WOLCOTTS FORMS,INC. L PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONffWO FINGERPRINTS II IIIIIIII II II 7 67775 63240 s PAYMENT BOND BOND NO. :LF01 -05500 KNOW ALL MEN BY THESE PRESENTS, That Intercargo Insurance Company as Surety, are held firmly bound unto the City of palm Springs, a charter City, organlzed and exlstlnd in the County of Riverside, state of California, hereinafter called the"City,' In the sum of: Seyepty-three thousand,__Savepty---t reo a ,d �Q/}Qp _.. ($73,073.20) _ _dollars, m 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 Winn said City to perform the work as specified or indicated in the Contract Documents entitled: Annual Curb and Cutter Repair Project CITY PROJECT NO.96-19 NOW THEREFORE,if Said Contractor, its subcontractors, Its heirs, executors, administrators, Successors, or assigns Shall fail to pay for any materials, provisions,provender,equipment,or other supplies used in, upon,for,or about the performance of the Work contracted to be done,or forany work or laborthereon of any Kind,or foramoUnts 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 corporatlons so furnishing said materials,provisions,equipment,or Other supplies,appliances,or power used In,upon,for,orabout performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, Or contributing to, said work to be done,or any person who performs work or labor upon the same, or any person Who supplies both work and materials therefor,shall have compiled with the provisions of Said laws, then Said surety will pay the same In an amount not exceeding the sum hefeinbefore set forth,and also Will pay,in case suit IS brought upon this bond,a reasonable attorneys 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 rightof action to them or their assigns in any suit brought upon this bond. pROVIOEO, 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 pursuantto 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 Sald alterations or extensions of the Agreement Is hereby waived by said surety. SIGNED AN3 this y of May . 19�L.Moave Equipment Contractor Co. , Inc. _ Surety Intercargo Insoirarinp Company ay l/)11� �f Bv.�i% ���_ G ter' ' . Eric LoweV Title Don V. Coole President _ Title Attorney—in—Fact INOTAR1219 (NOTARIZE) g�``,�M�µtiamm��uinr�i1ej . '4F3 R C'! 12 CITY PROJECT NO.%40 PAYMENT BOND Anau>I Cum olio Cutter RapailPmiac!1990 AGREEMENT AND BONDS - PAGE 5 Yhamna� 90 Fopmary CALIFORNIA ALL-PURPOSE CKNOWLEDGMENT State of California County of Orange On May 27, 1997 before me 'Victoria M. Tighe, Notary Public DATE NAME,TITLE OF OFFICER personally appeared Eric Lowey NAME(S)OF SIGNER(S) 0 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/:she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, VICTORIA M.T16HE executed the instrument. COMM.f 1041604 Notary Kblc—CGIROMIG WITNESS my hand and official seal. ORANGE COUNP( ' My COMM Explron!UN 26 1993 I SIGNATURE O " OTARY OPTIONAL Through the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Payment Bond TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED I ❑ GENERAL 1 Ir I ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: May 23 1997 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE VOID IF NOT USED BY: INTERCARGO INSURA4§E COMPANY 1450 East American Lan 20th Floor ' M Schaumburg, Illinois 60173-5458 No Power of Attorney on this form shall 1-800-394-3924 be valid as to bonds, undertakings, �l recognizances or other written obligations a) provall code POWER #in the nature hf executed on r after said expiration date. IIIIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIII IIII Lpoi_05 PP ®® PRINCIPAL Moavc E „ Ce,, bile. IY730 D 9drenedcVict®rvi1l., _A 92392 OBLIGEE (C�i>E ®� l�m��nnn e� n°inn s P. �e� ����l ITT S einn a CAA 92263 DESCRIPTION & LOCATION OF OBLIGATION Annual Curb anal Gutter Repair Project Location Yalnnn Springs, CA PENAL SUM PRINCIPAL TAX ID. PROJECT# $146,146.40 96-3518895 96-18 LIMITED PO`'VER OF ATTORNEY To be used only in conjunction with the bond specified herein. This Power of Attorney may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered or erased. This Power of Attorney bears the numbered seal of INTERCARGO INSURANCE COMPANY. No representations or warranties regarding this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to INTERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney shall be governed by the laws of the State of Illinois, KNOW ALL MEN BY THESE PRESENTS:That INTERCARGO INSURANCE COMPANY,a corporation organized and existing by virtue of Ute laws of the Slate of Illinois does hereby nominate, constitute and appoint: Eric Lowey its true and lawful Attorney-in-fact to make, execute,attest, seal and deliver for and on its behalf, as surety,and as its act and deed, where required, any and all br�o�nds, u t undertakings, recognizances and written obligations in the nature thereof, as follows: Bid ds 1. 300,000 License d��1L eru¢ Uit and Miscellaneous hen rls upto $500,000 Fen°Eornnnannee & Paynnnext6 Bonds up to $1,400,000.00 Court Bonds up fo $500,000.00 Such bonds and undertakings,when duly executed by the aforesaid Attorney-in-fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This appointment is made under and by authority of the By-Laws of the Company, which are now in full force and effect. STATE OF ILLINOIS ss. COUNTY OF COOK I, Michael L. Rybak Secretary of the INTERCARCO INSURANCE COMPANY a corporation of the State of Illinois,do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company,at Sdkaaonna hung° llnneis this 2 and day of MaT 2997 •`o\NSUagiy0F s V N `;. SECRETARY CON-24L(09/96) RESOLUTIONS OF THE BOARD OF DIRECTORS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 5th day of December, 1988: "RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company,bonds,undertakings and all contracts of suretyship,and that any Secretary or any Assistant Secretary of the Company be, and that each or any of them hereby is authorized to attest the execution of any such Power of Attorney,and to attach thereto the Seal of the Company. FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may be affixed 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 or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond,undertaking or contract of suretyship to which it is attached." Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on April 4, 1989: "RESOLVED,That the signature of James R.Zulilke, as President of this Corporation,and the seal of this Corporation may be affixed or printed on any and all bonds, undertakings, recognizances,or other written obligations thereof, on any revocation of any Power of Attorney,or on any certificate relating thereto,by facsimile,and any Power of Attorney,any revocation of any Power of Attorney, bonds, undertakings,recognizances,certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF,the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be here unto affixed, and these presents to be signed by its duly authorized officers this loth day of September , 1996 . / INTERCARG,OO INSURANCE COMPANY BY: 10 a•�Nsva4�NcF1Q, PRESIDENT ic:Gam off ;5; SEA :g= ATTEST: �' aTi'rio�s SECRETARY STATE OF ILLINOIS SS. COUNTY OF COOK On this loth day of September ,1996 before me personally came James R. Zuhlke to me known, who,being duly sworn, did depose and say: that he is President of the Corporation described in and which executed the above instrument; that he knows the seat of said Corporation;that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like order and authority. OFFICIAL SEAL ELIZABETH BRANCHER NOTARY PUBLIC NOTARY PUBLIC,STATE OF ILLINOIS MY COMMISSION EXPIRES:10/05/99 ��iM State of Callfronla RIGHT THUMBPRINT(Optional) County of San Bernardino On June 4, 1997 before me, Karen F. Sedano, Notary Public (DATE) (NAMEITITLE OF OFFICER-i.e.-JANE DOE,NOTARY PUBLIC") 0 0 personally appeared non V. Cooley (NAME(S)OF SIGNERISI) CAPACITY CLAIMED BY SIGNER(S) �r❑INDIVIDUAL(5) MCORPORATE personally known to me -OR- ❑ roved to me on the OFFICER(S) President (TITLES) is of satisfactory ❑PARTNER(S) ❑LIMITED evidence to be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT is/are subscribed to the ❑TRUSTEE(S) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER: he/she/they executed the same in his/her/their authorized capacity(ies), SIGNER IS REPRESENTING: and that by his/her/their (Name of Perionfs)or Entityliec) signature(s) on the ojave Equip Co. Inc. instrumentthe person(s), or the entity upon behalf of which the person(s) acted executed the r0K,AI- 37-DANO M RIGHT THUMBPRINT(O Lionel instrument. P COU^ " " #1055207 = Q `- NOW, SAN 0o mFHglllo couNry -. Witness m hand and official seal. y My Commission emmom April t9,1999 y y •�I•H..illiidatMMlMi•Mi��q�•i4wllt#3 i (SEAL) ° (SIGNA I Uht OF NOTARY) CAPACITY CLAIMED BY SIGNER(S) I71NDIVIDUAL(S) ❑CORPORATE ATTENTION NOTARY OFFICER(S) The information requested below and In the column to the right is OPTIONAL. ITITLEs Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNER(SI ❑LIMITED unauthorized document. ❑GENERAL ❑ATTORNEY IN FACT THIMUST BE Title or Type of Document Payment Bond ❑TRUSTEE(S) MUST BE BE ATTACHED ED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of Pages 1 Date of Document_ June 4, 1997 ❑OTHER: DESCRIBED AT RIGHT: Signers)Other Than Named Above SIGNER IS REPRESENTING: (Name of Person(s)or Entityliec) i WOLCOTTS FORM 83240 Rev.-3-94(price class 8-2A) �WREFORMS. -- -- ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACIT1994 S,INC. ESE WOLCOT OTTTS FORM FORMO FINGERPRINTS -- 7 III III77 III I III II II 8 41P CITY OF PALM SPRINGS Engineering Division P.O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. 1 To all prospective bidders under Specifications for the Annual Curb and Gutter Repair Project, City Project No. 96-18, 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 3:00 p.m. on Tuesday, 1 April 1996. I. The following changes shall be made in Part I, Notice Inviting Bids: In Paragraph N-1, Line four shall be revised to read ...."Curb and Gutter Repair Project, CITY PROJECT NO. 96-18. and all.... II. The following change shall be made to the plans. The City Engineer's signature is added to sheet two. BY ORDER OF THE CITY OF PALM 'SPRINGS Date Tuesday, 11 March 1997 City of Palm Springs, California By ad� David J. Barakian, PE City Engineer Civil Engineer C 28931 CITY OF PALM SPRINGS Engineering Division P.O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. 2 To all prospective bidders under Specifications for the Annual Curb and Gutter Repair Project, City Project No. 96-18, 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 3:00 p.m. on Tuesday, 1 April 1996. I. The following changes shall be made in the Bid Forms, Base and Alternate Bid Schedules: The quantities for Base Bid Items No. 7 through 19 and Alternate Bid Items No. 2 through 14 have been revised. The revised Base Bid Schedule and Alternate Bid Schedule, dated 12 March 1997, shall replace the Base Bid Schedule and Alternate Bid Schedules as found in the original specifications. BY ORDER OF THE CITY OF PALM SPRINGS Date Tuesday, 11 March 1997 City of Palm Springs, California By ✓� David J. Barakian, PE City Engineer Civil Engineer C 28931 TOTAL OF ALL ITEMS OF THE BASE BID SCHEDULE: S (Pfloe in figures) (Pfloe in words) CRY PROJECT 9618 UNIT PRICE BID SCHEDULE Annual Curb and Gutler Repair Pro1eIX Thuntlay,13 March 1997 BID FORMS - PACE 3 ALTERNATE BID SCHEDULE Schedule of Prices for the Construction of the: Annual Curb and Gutter Repair Project CITY PROJECT NO. 96-18 in Palm Springs, California item Description estimated unit unit Amount No. Quantity Price 1. Traffic Control ... LS 2. Sawcut and Remove Curb and Gutter 124 LF S $ 3. construct 6" Curb and Gutter 124 LF $ $ 4. Sawcut and Remove P.C.C. Sidewalks/Ramps 810 SF S $ S. Construct P.C.C. Sidewalks/Ramps 810 S.F. $ $ 6 Sawcut and Remove Cross Gutters 411 S.F. $ $ 7. Construct Cross Gutters 507 S.F. $ $ 8. Sawcut and Remove 6" Barrier Curb 1143 L.F. $ $ 9. Construct 6" Barrier Curb 99.5 L.F. $ $ 10. Sawcut and Remove Spandrels 538 S.F. S $ 11. Construct Spandrels 538 S.F. S $ 12. Construct Splash Pads 1639 S.F. $ $ 13. Sawcut and Remove A. C. Pavement 2373.3 S.F. $ $ 14. Install A. C. Pavement 750.3 S.F. $ $ 15. Remove and replace crossgutter and spandrel and construct splash pad @ Indian Canyon 1 L.S. and Garnet Ave. $ $ TOTAL OF ALL ITEMS OF THE ALTERNATE: BID SCHEDULE: (Price in figures) (Price in words) CITY PROJECT 96-18 Annual Curb and Gutter Repair Project UNIT PRICE BID SCHEDULE Thursday, 13 March 1997 BID FORMS - PAGE 4 TOTAL OF BOTH BID SCHEDULES: S (Prue in figures) (Price In WOrdsl QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount Up to 25 percent of increase or decrease,without a change in the unit prices, and shall have the rightto 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. CITY PROJECT W-18 Annual Curb and Gutter Repair Project UNIT PRICE BID SCHEDULE Thumday, 13March 1997 BID FORMS - PAGE 5 i i6 CITY PROJECT NO, 96-18 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Engineer: e�a Approved by: �xP -- David J. Baraldan, P.E. City Engineer Civil Engineer C 28931 C1rY PROJECT No 96-18 SIGNATURE PAGE Annual Curb antl Guer Rep.,,Project Th.,,!ay.27 Fabruary 1997 PAGE 1 NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Affirmative ,kction Program Certificate Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX "A" Standard Drawings APPENDIX "B" Special Drawings CITY PROJECT NO %-18 _ SPECIAL PROVISIONS Annual Curb and Ginter Repair Project 11hursday,20 February 1997 GENERAL CONTENTS - PAGE 1 CITY OF PALM SPRINGS 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 NOTICE INVITING BIDS For constructing the Annual Curb and Gutter Repair Project CITY PROJECT NO. 96-18 N-1 NOTICE IS HEREBY GIVEN: That sealed Bids will be received at the office of the Procurement Manager, 3200 E . Tahquitz Canyon Way in the City of Palm Springs, for the construction of the Annual Curb and Gutter Repair Project , CITY PROJECT NO. 95-18, and all appurtenant work, in strict accordance with the Contract Documents on file at the office of the City Engineer of the City of Palm Springs, California. N-2 DATE OF OPENING BIDS: Bids will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 3 : 00 p .m. on Tuesday, 1 April 1997, at which time they will be opened and read aloud. Bids shall be submitted in sealed envelopes marked on the outside, "Bid For Annual Curb and Gutter Repair Project . " N-3 LOCATION OF THE WORK: The Work to be constructed hereunder is located at various locations throughout Palm Springs . N-4 DESCRIPTION OF THE WORK: The Work comprises of the removal and construction of : sidewalks, curbs , gutters and ramps . N-5 COMPLETION OF WORK: Time is of the essence . The Work must be completed within 30 working days after the commencement date stated in the Notice to Proceed. N-6 BASIS OF AWARD: The Contract is divided into 2 schedules . The Base Bid Schedule and the Alternate Bid Schedule . Bidders are required to submit Bids on the various specified combinations of these 2 schedules . The Alternate Bid Schedule is a total of the Alternate Locations shown on the Location Description List of Appendix B. The City reserves the right to award to the lowest Bidder on a combination of the Base Bid Schedule and the Alternate Bid Schedule, or to award to the lowest Bidder on the Base Bid Schedule . The City further reserves the right to choose any or all alternate locations with payment being made based on the actual quantity at the price bid in the alternate bid schedule . N-7 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 CITY PROJECT NO 964a NOTICE INVITING BIDS Annual Curb and Gutter Repair Project Monday,3 March 1997 PAGE 1 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 Bonds and Insurance prior to execution of the Agreement by the City. Failure to meet this requirement shall constitute abandonment of the Bid by the Bidder and forfeiture of the Bid Bond. Award will then be made to the next lowest Bidder. N-8 LOCAL BUSINESS PROMOTION: (a) In determining the lowest responsible Bidder, the following provisions of Section 3 . 12 . 205 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor : For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise or 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 or contractor is based, as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors : (1) The prime contractor shall use good faith efforts to sub- contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley ( "local sub- contractor" ) . (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids . Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the Work or supply the materials or equipment . (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 subas-contractors that fail to comply with the requirements of this Subdivision. N-9 BID SECURITY: Each Bid shall', be accompanied by a certified or cashier' s check or Bid Bond in the, amount of at least 10 percent of the total Bid price, payable to the City of Palm Springs, as a guarantee that the Bidder, if its Bid is accepted, will promptly obtain the required Bonds and Insurance and will prepare the required submittal documents and execute the Agreement . CITY PROJECT NO.96-18 NOTICE INVITING BIDS Annual Curb and Ginter Repair ProleiA Monday,3 March 1997 PAGE 2 i 16 N-10 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 45 calendar days from the date of Bid opening. N-10 CONTRACTOR' S LICENSE CLASSIFICATION: In accordance with the provisions of California Public Contract Code Section 3300 , the City has! determined that the Contractor shall possess a valid Class "A" or "C811 Contractor' s license . The Bidder shall possess a valid license in the specified classification at the time that the Bid is submitted, as required under California Business and Professions Code Section 7028 . 15, unless exempt thereunder. Failure to possess the specified license at the time of submitting a Bid shall render the Bid as non-responsive and must be rejected. N-12 RETAINAGE FROM PAYMENTS : The Contractor may elect to receive 100 percent of payments due under the Contract 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 . The value of such securities, if deposited by the Contractor, shall be as determined by the City, whose decision on valuation of the securities shall be final . Securities eligible for investment hereunder shall be limited to those listed in Section 16430 of the Government Code, or bank or savings and loan certificates of deposit . N-13 OBTAINING OR INSPECTING CONTRACT DOCUMENTS : (a) A full set of Contract Documents is available for inspection without charge at the office of the City Engineer, City of Palm Springs, Engineering Division, 3200 E . Tahquitz Canyon Way, Palm Springs, California 92262 . (b) Complete sets of said Contract Documents may be purchased at $25 . 00 dollars per set, and are obtainable from the office of the City Engineer, City of Palm Springs, Engineering Division, 3200 E . Tahquitz Canyon Way, P . 0 . Box 2743 , Palm Springs, California 92263 -2743 . An additional charge of $15 . 00 will be made for each set of Contract Documents to be mailed out . No refund will be made of any charges for sets of Contract Documents . N-14 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 E . Tahquitz Canyon Way, P. O . Box 2743 , Palm Springs, California 92263-2743 . 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 this 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. N-15 PROJECT ADMINISTRATIONs All communications relative to this Project shall be directed to the City Engineer prior to the opening CITY PROJECT NO 96-18 NOTICE INVITING BIDS Annual Curb and Ginter Repair Project Monday.3 March 1997 PAGE 3 of Bids . All questions relating to interpretations of the Contract Documents or products must be submitted in writing, and responses will be in the form of Addenda to the Documents . N-16 CALIFORNIA WAGE RATE REQUIREMENTS : In accordance with California Labor Code Sections 1770, 1773 , 1773 . 1, 1773 . 6 and 1773 . 7, as amended, the Directorlof the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with the standards set forth in Section 1773 for the locality in which the Work is to be performed. A copy of said wage rates is on file at the ioff ice of the City Engineer. The Contractor and any of its subcontractors shall pay not less than said specified rates to all workers employed by them in the execution of the Work, and shall post a copy of said wage rates at the project site . BY ORDEROF THE CITY OF PALM SPRINGS, CALI `-RNNIIA MOP OP 1997 By wq; 4, — David J. Barakian, P . E . City Engineer Civil Engineer C 28931 CITY PROJECT NO 96-18 '� NOTICE INVITING BIDS Annual Curb and Gutter Repair Project Monday,3 March 1997 PAGE 4 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: Annual Curb and Gutter Repair Project CITY PROJECT NO. 96.18 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number 1 Date 3/11/97 Number 2 Date 3/11 /97 Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. yl In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Bond, and Affirmative Action Program Certificate contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). 1 Dated: 4/1/97 Bidder: Mojave Equipment Co. Inc. By: (Sig natur Don V Cooley Title: President l _ CITY PROJECT 96-16 BID (PROPOSAL) Annual Curb end Ginter Repair Project Thursday,20Febmary 1997 BID FORMS - PAGE 1 I I VI I I I L I I _I i I ,1-1- i r J BASE BID SCHEDULE Schedule of Prices for the Construction ol the: Annual Curb and Gutter Repair Project i CITY PROJECT NO. 96-18 In Palm Springs, California IMm MICOPtIOn Ntlngtfd unit unit llnwunt Nn. 4uo"Uty Fri" 1. Initial Mobilization --^ LS 53,000.00 2. Traffic Control .-- LS $14 - 87800 3, Reconstruct Nuisance Wator Drain at Calle Palo --- L5 Flerro and Palm Canyon Drive $ 4. Construct Bus Bay at Gene Autry and Vista --- Ls Chino per plans �S 21 „1 S 2 _7 R S. Construct Curb, gutter and AC slke Path on •-- LS Mesquite Ave per plan. $ 6. Sawcut and Remove Sidewalk and Curb Return, Construct New Curb, Ramp and LS Retaln109 Wall @ Barlsto and Belardo, per ... plan. S 7. Sawcut and Remove Curb and Gutter 404 LF $ 1 _ftB $ 7 S - S 2 8. Construct 6'Curb and Gutter 404 LF $ $ 3 2 9. Sawcut and Remove P.C.C.Sidewalks 7 Ramps 6146.5 SP $ .5 4 S 3 , 319 , 1 1 10. Construct P.C.C.Sidewalks/Ramps 6539 S.F. S 1 _8 R $ 2 11 Sawcut and Remove Cross Gutters 541 S.F. S _R 1 $ 4"3 8_ 21 12, Construct Cross Gutters 2260 S.F. IS 2 7 ti $ 0 13. Sawcut and Remove 6'Barrier Curb 1143 L.F. S 1 . 3 $ 1 31 • h 2 14. Construct 6'Barrier Curb 1174 L.F. S1 p 7 S S p 15. Sawcut and Remove Spandrels 2274.88 S.F. 4 16. ConstructSpandrels 1906,88 S.F. $ 92_ $ 7 17. construct Splash Pads 520 S.F. $ 4 _ 0"1 S p 18. Sawcut and Remove A.C. Pavement 4197 S.F. $ $ Ci 19. Install A.C. Pavement 176,62 S.F. $_3 -2,3_ S___,_„ r 4 8 CrrI POJFCT W$ UNIT PRICE BID SCHEDUI E Nv�d GLbt m e .nw-plvjM BID FORMS - PAGE 2 il�rrd�y,13 MNi Im TOTAL OF ALL ITEMS OF THE BASE BID SCHEDULN: $ 146 146 . 40 tma In nw«•t one hundred forty six thousand one hundred orty six dollars '& 0/100 mNa m..oRlfl UNIT PRICE BID SCHED RE CRY PROJECT 9G Nxxul Cvb W dOr11.r PYgk RrW-cl BID FORMS PA E 3 Il fty, 1]Mwd 1891 ALTERNATE BID SCHEDULE Schedule of Prices for the Construction o the: I Annual Curb and Cutter Repair Prof ct CITY PROJECT NO. 96-18 In Palm Springs, California I I Ibm PMrrlptlan SttMutetl wit unR l4 U" ee. puandty rrka 1. Traffic control --- LS 5 4,9sn .98 2. 5awcut and Remove curb and Gutter 124 LF $ F Q S 3. Construct 6" Curb and Gutter 124 LF S 11 R"2 S 4, Sawcut and Remove P.C.C. Sidewalks I Ramps 810 SF S 1 r;1 S 1 5. Constrict P.C.C.Sidewalks t Ramps 810 S.F. S 1 _ 8 S 6 sawcut and Remove Cross Cutters 411 S.F. $ 1 _ 99 S 81 7 -8 7. Construct Cross Gutters 507 s.r. S 3 . 76 S 1 .9 0 6 .3 B. .Sawcut and Remove e"Bamer Curb - 1143 LF. 9. Construct W Barrier curb 99.5 L.F. S 10. Sawcut and Remove Spandrels 538 S.F. $ 1 9 9 S 11. Construct Spandrels 538 S.F. S S 12. Construct Splash Pads _ 1639 S.F. S 4 - 0:i S 1 13. Sawcut and Remove A.C.Pavement 2373.3 S.F. S - A 1 S 14. Install A.C.Pavement 750.3 S.F. S 4 -1fl S 15. Remove and replace crossputter and spandrel and construct splash pad @ Indian Canyon 1 L5. and Gamet Ave. S7 31 0.-0 0 S 7 . 31 n _ n TOTAL OF ALL ITEMS OF THE ALTERNATE BID SCHEDULE: $ 38 , 081 .06 Irrke M MUM) Thirty eight thousand eighty one dollars & 0 /100 Wk1 M warm MYPRaecTWIM UNIT PRICE BID SCHED1. LE AmWCc R�-rPlbla BID FORMS - PAG 4 R"d.y.,a Mua„ssr TOTAL Of BOTH 010 SCHEDULES: g 184, 227. 46 wrk.in fwm) One hundred eighty four thousand two hundred twenty seven dollar 46/100 Irrks hi worMl QUANTITIES OF WORK: The quantities of work or material stated In the unit price Items of t Old Schedule are supplied niy to give an Indication of the general scope of the Work. The City does not expressly nor by Implica lion agree that the actual amounts of work or material will correspond t erewlth, and reserves the r ht after award to Increase or decrease the quantity of any unit price Id Item, by an amount up t 25 percent of Increase or decrease,without a change in the unit prices, nd shall have the right to de ete any bid Item In Its entirety, and receive full credit In the amount sY own In the Bid schedule for the deleted Item of Work. em rgaecr ee-m UNIT PRICE BID SCHI DULE Anri°° b Wd° """`ff,.I l BID FORMS- P kGE 5 T u dr ,f]Mwch 1VY7 TOTPL P.05 INFORMATION REQUIRED OF BIDDER • LIST OF' SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall • also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. • Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. Concrete 571968 49% Holtz Construction -P.O. Box 403256 Hesperia, CA 92340 2. • 3. 4. • 5. i 6. 7. i 8. CITY PROJECT NO 96-18 Annual Curb and Gutter Repair Project LIST OF SUBCONTRACTORS Monday,3 Morch,B67 BID FORMS - PAGE 6 • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID • State of California ) ss. County of San Bernardino • I, Don V. Cooley being first duly sworn, deposes and says that he or she is Pragj(]pn} of mn;=Ve Frnlipment r„ cthe party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced • or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost • element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee • to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder Co Tne, By Title President Organization a Address P.O. Box 458 CITY PROJECT NO 96-16 NON-COLLUSION AFFIDAVIT Annual Curb and Gulter Repair Project Monday,3 March 1997 BID FORMS - PAGE 7 • Ii State of CALIFORNIA RIGHT THUMBPRINT(Optional) County of SAN BERNARDINO On 3/31 /97 before me, KAREN Fe SEDANO—NOTARY PUBLIC (DATE) NAME/TITLE OF OFFICER.I.e."JANE DOE,NOTARY PUBLIC', a 0 personally appeared DON COOLEY NAME(S)OF SIGNERISII CAPACITY CLAIMED BY SIGNER(S) ❑INDIVIDUALIST ❑CORPORATE KY personally personally known to me -OR- ❑ proved to me on the ITITLt9, basis of satisfactory ❑PARTNER(S) ❑LIMITED evidence t0 be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT Is/are subscribed to the ❑TRUSTEEIS) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER: he/she/they executed the same in his/her/their authorized capacity(ies), SIGNER IS REPRESENTING: and that by his/her/their (Name of Foresails)or Entity(iec) signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the Instrument. RIGHT THUMBPRINT(Optional) ,- KAREN F. SEDANO (:`:s COMMISSION #1055207 = yi,w NOTARY PUBLIC-CALIFORNIA %itness my hand and official seal. w SAN BERNARDINO COUNTY ,. ! My Commission ExpiresAP6I tg,1999 # rie,,p,w#########!!!##!######!####!! r (SEAL) s t Y A � L�W.. (SIGNATURE OF NOTARY) CAPACITY CLAIMED BY SIGNERS) ❑INDIVIDUAL(S) ❑CORPORATE ATTENTION NOTARY OFFICER(S) The information requested below and in the column to the right is OPTIONAL. (TITLES) Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNERIS) ❑LIMITED unauthorized document. []GENERAL ❑ATTORNEY IN FACT THIS CERTIFICATE Tale or Type of Document NON COLLUSION AFFIDAVIT ❑TRUSTEE(S) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of Pages 1 Date of Document 4/1 /9 7 ❑OTHER: DESCRIBED AT RIGHT: Signers)Other Than Named Above NONE SIGNER IS REPRESENTING: (Name of Person(s)or Entity(ies) WOLCOTTS FORM 83240 Rev.3-94(price class 8 2A) 01994 WOLCOTTS FORMS,INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATIONITWO FINGERPRINTS II IIIIIIII �I II 7 67775 63240 B BID BOND Bond No. :LB01 -07412 KNOW ALL MEN BY THESE PRESENTS, That Mojave Equipment Co. , Inc . as Principal, and Intercargo Insurance Company as Surety,are held and firmly bound unto The city of Palm Springs, hereinafter called the "City" in the sum of Seventeen Thousand Five Hundred and 00/100 ' s------------------- ---------------dollars (not less than 90 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the work required under the Bid Schedule(s) of the city's Contract Documents entitled: Annual Curb and Cutter Repair Project CITY PROJECT 96-18 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the .required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond,then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and city prevails, said surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 1st day of April 11997 ----------------------------- (SEAL) ----------------------------- (SEAL) Inc. (SEAL.) Intercarco Insurance .om an ( ` 9101R�» �90-lave Equipment(Principal) — 45ure ) O``� n / By: Z 4•:' Op,POR4 '. O By: - _ 0 )s.ignat e) sig ture: Atto -:e ,i -�If"dC't Don Cooley resident -- _ UJ:. (NOTARIZE) (NOTARIZE)-See Attached CRY PROJECT 9610 BID BOND (BID SECURITY FORM) m, l Cum sdc„Il".R6wmProj� BID FORMS- PAGE 8 MOM ,.3 M. h 1997 CALIFORNIA ALL-PURPOSE A KNOWLEDGMENT ,• State of California County of Orange On March 28, 1997 before me Melissa Sheets,Notary Public DATE NAME,TITLE OF OFFICER personally appeared Mark Richardson NAME(S)OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, MELMAWEEM executed the instrument. Convnlsslon#1110W Notary Public—Ccafomla L Oronpe c«a ly WITNESS my hand and official seal. My Comm.bores Aug 29,2000 r SIGNATURE OF NOTARY OPTIONAL Through the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Bid Bond TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL 1 C✓1 ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: April 1, 1997 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE State of CAL—IFORNIA RIGHT THUMBPRINT(Optional) County Of SAN BERNARDSNO S I On 3/31 /9 7 before me,KAPEN F. SEDANO—NOTARY PUBLIC 0 (DATE) (NAMEPLITLE OF OFFICER I.e.'JANE DOE,NOTARY PUBLIC') a personally appeared DON COOLEY (NAMEIS)OF SIGNER(S)I CAPACITY CLAIMED BY SIGNERISI DINDIVIDUALIS) ❑CORPORATE OFFICER(S) ITY personally known to me -OR- ❑ IL roved to me on the ITITLESI roved of satisfactory ❑PARTNERIS) ❑LIMITED evidence to be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT Is/are subscribed to the ❑TRUSTEE(S) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER: he/she/they executed the same in his/her/their authorized capacity(ies), SIGNER IS REPRESENTING: and that by his/her/their (Name of Percon(.)or Entity(iee) signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the RIGHT THUMBPRINT(Optional) .ttttttme+el�Y,At naA'M'aalttt ttttttt+ instrument. _ f I i . SEDANO t KARF • p Witness my hand and official seal. r 'w. (;OPnR41oSIrlN #1055207 w CC : s Z yg7ARY olift.IC-CALIFORNIA X 0 „�/ prpP:ANDINO COUNTY a�; SAP yer' !dy EL ILn,91aa E EMS Ud110,1fl99 ♦ o 0 jltttb-0ki(SEAL)tt*tt**tt ttltttttttt o ISIG IF NOTARY( CAPACITY CLAIMED BY SIGNERS) DINDIVIDUALIS) ❑CORPORATE ATTENTION NOTARY OFFICERS) The information requested below and in the column to the right is OPTIONAL. (TITLES) Recording of this document is not required by law and is also Optional. 0PARTNER(S) ❑LIMITED It could, however, prevent fraudulent attachment of this certificate to any GENERA(. unauthorized document. DATORNEY IN FACT THIS CERTIFICATE Title or Type of Document BID BOND DTRUSTEE(S) ❑GUARDIAN/CONSERVATOR MUST BE ATTACHED TO THE DOCUMENT Numberof Pages 1 Data of Document APRIL 1 1997 DOTHFR: DESCRIBED AT RIGHT: Signed.)Other Than Named Above SIGNER IS REPRESENTING: (Nome of Person(.) or Entity(iee) WOLCOTTS FORM 93240 Rev.3 94 trice elree B 2A) (D1994 WOLCOTTS FORMS,INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATIONaWO FINGERPRINTS 11111111111IIII63IIit II8 VOID IF NOT USED BY: INTERCARGO INSURANCI IOMPANY Q P 10)11/1997 1450 East American Lane •1 Floor Schaumburg, Illinois 501 5458 No Power bf Attorney on this form shall 1-BOO-394-3924 be valid as to bonds, undertakings, p o recognizance or other written obligations xA pnpnn'mvxh� Q`mrtflc POWER // s in the notate data f executed on or after ��III IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIII IIII said expirationn data PRINCIPAL Dlrtn p mvo E�n7p,'wm(�lpnmiah nn�( Co., no,. , lh Be, m I�D 9, .Apipl,, VaHc)r, CA, 92307 OBLIGEE nt uf 11 Bx �'{�ao, 11,m�n)n CA 92263 DESCRIPTION & LOCATION OF OBLIGATION p .AnnnnnniJ Giro oniA Giiiiiirt^n" Rppnair Pinopcc( Loo,miimnn glPallnn Sp i,inngs, CA PENAL SUM PRINCIPAL TAX ID. PROJECT N $R ,,(yQD0J)"D 95.,55Il8895 1 96-18 LIMITED POWER OF ATTORNEY To be used only in conjunction with the bond specified herein. This Power of Attorney may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered or erased. This Power of Attorney bears the nurnbeted seal of INTERCARGO INSURANCE COMPANY. No representations or warranties regarding this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to INTERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney shall be governed by the laws of the State of Illinois. KNOW ALL MEN BY THESE PRESENTS:That INTERCARGO INSURANCE COMPANY,a corporation organized and existing by virtue of the Laws of the State of Illinois does hereby nominate, constitute and appoinC NWod, IRnv .mrnllsoln its true and lawful Allerney-in-fact to make,execute, attest, seal and deliver for and oil its behalf, as surely, and as its act anti deed, where required, mty and all bonds, undertakings, rccognizances and written obligations in tie nature thereof, as fnllows' Ni(l Bonnah lm ), to .sw�,p��oo as a pnrrcl'nniagm of f�nc ionnumnnnni hirt� �l.,ia cnose^ i�prim if innnrtlt 1116cefilannennnns 61141s lulpn to ,1$i 1�100,000 1�T aerimrnnnaann n:m Y Pq��,nnmeppn/ni TBupnm& nnip to $11,400,000 QO i111rt16MIAA ' Coimri Bon➢As rip im •IP'fJ'`tI�V iI,QIIQPt(P. lily) Such bonds and undertakings,when duly executed by the aforesaid Attorney-in-fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This appointment is made under and by authority of the By-Laws of the Company, which are now in full force and effect. STATE OF ILLINOIS ss. COUNTY OF COOK 1, Michael L. Rybak Secretary of the INTERCARGO INSURANCE COMPANY a cotphorabon of tiro State of Illinois,do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and that I have compared same with the original and that it is at correct transcript therefrom and of the whole of the original and flat the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed tic seal of said Company, at `s�a7llfii�lLLIlnnI00��a ���Dinnanis Lhis �ni —day of ApQr;Q 97 :. ;NSuaq P,F i fVV`��POggJf n23 ii i SM If SECRETARY i2full CON-241-(0919 B) 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: Dlojwaa F91iPment CO In" 17430 D. Street Victorville Ca. 92394 • 2. CONTRACTOR'S Telephone Number: ( 760 ) 24-1-3116 Facsimile Number: ( 760 ) 94-4 1947 3. CONTRACTOR'S License: Primary Classification a C1?., C'21 State License Number 595348 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: • Name of Surety Tnt�=r40 Tnsuranr-e Comt)anv Address 1450 Fast Amprii-An T 20th Floor Schaumb= Ill 60173 • Surety Company Agent pinnac]e S11reity z insurmcp Services Telephone Numbers: Agent (714 ) 546-5100 Surety (800) 394-3924 • 5. Type of Firm (Individual, Partnership or Corporation) corforation 6. Corporation organized under the laws of the State of California 7. List the names and addresses of the principal members of the firm or names and • titles of the principal officers of the corporation or firm: lion V_ CbQley _ri esi dent Charles Crag gp_Qretarv-Treasurer • CITY PROJECT 95-16 BIDDER'S GENERAL INFORMATION Ari Curb and Ginter Repair Project BID FORMS - PAGE 9 • Monday,3 March 1997 0 i BIDDERS GENERAL. INFORMATION (Continued) • 8. Number of years experience as a contractor in this specific type of construction work: 9,0-_ 9. List at least three related projects completed to date: • a. Owner cAP attacbed Address Contact Class of Work Phone Contract Amount • Project Date Completed b. Owner Address • Contact Class of Work Phone Contract Amount Project Date Completed • C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed • 10. List the name and title of the person who will supervise full-time the proposed Work for your firm: Truigg;n pr,0jP r M • 11. Is the full-time supervisor an employee —_yc,� , or contract services ? 12. A recent financial statement, or other information, and references sufficiently comprehensive to permit an appraisal of your current financial condition may be • required by the Engineer. • CITY PROJECT 95-18 BIDDER'S GENERAL INFORMATION Annual Curb and Gutter Repair Protect • Monday,3 March 1997 BID FORMS - PAGE '10 I� mojove equipment company, inc. MOJA'VE EQUIPMENT CO. INC. REFERENCES COMPLETED PROJECTS VICTOR VALLEY COMMUNITY COLLEGE JOHN BEALE 18422 BEAR VALLEY RD, 619-245-4271 VICTORVILLE, CA. 92392 96-28 PAVE PARKING LOT $ 47 , 314 . 00 96-55 REPAIR OF CAMPUS TRIPPING HAZARDS $ 33, 115 . 00 BLUE DIAMOND MATERIALS MARK LONG 16080 E . ARROW HIGHWAY 818-960-5471 IRWINDALE, CA. 91706 96-25 RECLAMATIO14 - IRVINE LAKE QUARRY $599 , 088 . 00 96-34 GRADE/PAVE VICTORVILLE HOT PLANT $ 30 , 885 . 00 GEO RESOURCE CONSULTANTS GLENN GOODMAN 505 BEACH STREET 415-775-3177 SAN FRANCISCO, CA. 94133 95-20 UST/AST GAFB $ 63, 898 . 00 96-05 UST/AST TRAVIS AFB, CA. $144, 718 . 71 CITY OF VICTORVILLE LOWELL SMITH 14343 CIVIC DRIVE 619-955-5205 VICTORVILLE , CA. 92392 95- 10 PEBBLE BEACH REPAIRS/FLOOD CONTROL $111 , 255 . 41 95-39 CNG FUELING STATION/ INDUSTRIAL BLVD $ 99, 900 . 00 MARINE CORPS LOGISTICS BASE PAM KIDDER BOX 110198 619-577-6453 BARSTOW, CA. 92311 96-23 PAVE LOT WEST OF BLDG 232 $124, 607 . 00 CITY OF BARSTOW KENNETH HUTCHINGS 220 EAST MOUNTAIN VIEW STREET 619-256-3531 BARSTOW, CA. 92311 96-42 STREET IMPROVEMENTS - BARSTOW RD. $106 , 240 . 25 P.O. BOX 458, APPLE VALLEY, CA 92307 0 17430'D'STREET, VICTORVILLE, CA 92394 • (619) 243-3116 • • CERTIFICATE: OF BIDDER REGARDING AFFIRMATIVE ACTION PROGRAM • The Bidder hereby certifies that he or she is in compliance with the Civil Rights Act of 1964, Executive Order No. 11246, the California Fair Employment Practices Act, and all other appllicable Federal and State laws and regulations relating to equal opportunity employment. • Bidder's Name MojaveFF.cnI=Mt Cn- Inc,- Address P.O. Box 458 • Apple Valley Ca. 92307 Name and Title of Signer Don v r 1 a i P esident • . Signat Date4/1/47 (The above certification of the Bidder regarding its affirmative action program shall be filled out completely,signed,and submitted bV each Bidder, and shall be a part of the Contract Documents.) • • CITY PROJECT NO 96-18 AFFIRMATIVE ACTION PROGRAM CERTIFICATE Annual Curb and Gutter Repair Prgect Maid. ,3 March 1997 BID FORMS - PAGE 11 10 CITY OF PALM SPRINGS DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PART II -- SPECIAL PROVISIONS Annual Curb and Gutter Repair Project CITY PROJECT NO. 96-18 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 CITY PROJECT No 99-19 PART II -- SPECIAL PROVISIONS Thursday Curb and r Gutter Repair Project GENERAL CONTENTS - PAGE 1 Thursday,20 February 199"! I� CITY OF PALM SPRINGS DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION SPECIAL PROVISIONS Annua9 Curb and Gutter Repair Project CITY PROJECT NO. 96-18 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1 . 1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ( "Greenbook" ) , 1994 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions : In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1 .2 Supplementary Reference Specifications . - Insofar as references are made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans, " it shall mean the Standard Specifications for Public Works Construction ( "Greenbook" ) , 1994 Edition, as previously specified in the above paragraph. 1-1 . 3 Addenda. - Any questions or conflicts that prospective Bidders may have concerning the Plans, Specifications, or Special Provisions shall he directed in writing to the Engineer a minimum of 7 days prior to the opening of Bids . Any written clarifications will be issued by the Engineer as addenda. Any addenda issued during the bidding period shall form a part of the Contract CITYAnnual lCurb and No er 18 Re TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS Mnual Curb and Gutter Repair Project � Tn"rsd.,.20 Fabr.., 1997 SPECIAL PROVISIONS - SECTION 1 - PAGE 1 Documents, and shall be acknowledged and made a part of the Bid on Page 1 of the Bid Sheets . 1-2 LEGAL ADDRESS 1-2 .1 Legal Address of the City: - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262 , or such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Barakian, P.E. , City Engineer, City of Palm Springs, Engineering 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. 1-3 DEFINITIONS AND TERMS 1-3 .1 Definitions and Terms . Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a'charter city organized and existing in the County of Riverside, State of California. Engineer - The City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in !completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. END OF SECTION - CITY PROJECT NO 96-18 TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS Annual Cum and Gutter Repair Project SPECIAL PROVISIONS - SECTION 1 - PAGE 2 Thursday,20 February 1997 SECTION 2 -- SCONE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work, " Section 6-7, "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications and these Special Provisions . The Contractor shall begin work within 15 calendar days after the Contract has been approved by the City Attorney and a written Notice to Proceed issued to the Contractor. Said Work shall be diligently prosecuted to completion before the expiration of : 30 'WORKING DAYS after the commencement date stated in the Notice to Proceed from the City. As set forth in the Agreement, the Contractor shall pay to the City the sum of 535 . 00 per day for each and every calendar day' s delay in finishing the Work in excess of the number of calendar days prescribed above . 2-3 AWARD AND EXECUTION The following is per Section 2-1 of the Standard Specifications : The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder . If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. on the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder' s Bid Securities shall be likewise forfeited to the City. CITY PROJECT No 96.19 SCOPE AND CONTROL OF WORK AnnualCurb and r Repair Project Thumd ry ay,20 February SPECIAL PROVISIONS - SECTION 2 - PAGE 1 Thurstl 2-3 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at ! the end of Section 2-4 of the Standard Specifications : "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of ,the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the 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 PAYMENT BOND The following provision of Section 2-4 , "Contract Bonds , " of the Standard Specifications is hereby amended to read as follows : "The Contractor shall provide two good and sufficient surety bonds. The 'Payment Bond' (Material and Labor Bond) shall be for not less than 50 percent of the Contract Price; to satisfy claims of material suppliers and mechanics and laborers employed by it on the Work. " 2-4 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5 . 2 , of the Standard Specifications shall be revised to read as follows : In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control . The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3 . Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows : 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3 . Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-5 SUBSURFACE DATA CITV PROJECT NO %-18 SCOPE AND CONTROL OF WORK Annual Curb and Guitar Repair Project Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 2 - PAGE 2 (0 Section 2-7 of the Standard Specifications shall be revised to read as follows : "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on 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 2-4.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data, " or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. " CITY PROJECT NO 96-18 SCOPE AND CONTROL OF WORK Annual Curb and Ginter Repair Project Th",rdc,.20Febmary 1997 SPECIAL PROVISIONS - SECTION 2 - PAGE 3 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor' s responsibility to protect all the existing survey monuments, benchmarks, survey marks and stakes . Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor' s expense . Any existing monument shall not be disturbed. The 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 liable 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. END OF SECTION - CITY PROJECT No.%-ie SCOPE AND CONTROL OF WORK Annual Curb and Gutter Repair Protect Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 2 - PAGE 4 SECTION 3 -- CHANGES IN WORK 3-1 CHANGES The City reserves the right to make such alterations, deviations, additions to, or deletions from, the Plans, the Standard Specifications, and the Special Provisions, including the right to increase or decrease the quantity of any Bid item or portion of the Work, or to delete any item or portion of the Work, as may be deemed by the Engineer to be necessary or advisable, and to require such extra work as may be determined by the Engineer to be necessary for the proper construction of the Work. Any such changes will be set forth in a Contract Change Order which will specify, in addition to the work to be done in connection with the changes made, an adjustment of the Contract Time, if any, and the basis of compensation for such additional work. A Contract Change Order shall not become effective until approved by the Engineer. 3-2 EXTRA WORK New and unforeseen work shall be classified as extra work when determined by the Engineer that such work is not covered by any of the various Bid items for which there is a price or by combinations of such Bid items . In the event portions of such work are determined by the Engineer to be covered by some of the various Bid items for which there is a Bid item price, or combinations of such Bid items, the remaining portion of such work will be classified as extra work. Extra work shall also include any work specifically designated as extra work in the Plans, the Standard Specifications , or the Special Provisions . The Contractor shall perform such extra work and furnish any labor, material, and equipment required therefore upon receipt of an approved Contract Change Order or Work Change Directive from the Engineer, and in the absence of such approved Contract Change Order or Work Change Directive from the Engineer, the Contractor shall not be entitled to payment for such extra work. 3-3 MARKUP Section 3-3 . 2 . 3 (a) and (b) , "Markup, " of the Standard Specifications shall be revised to read as follows : "Work by Contractor. The following percentages shall be added to the Contractor' s costs and shall constitute the markup for all overhead and profits: CITP PROJECT No se-ia CHANGES IN WORK Annual Curb and Gutter Repair Protect Tuesday, 14 May 1996 SPECIAL PROVISIONS - SECTION 3 - PAGE 1 1) Labor . 24 (Includes 1 percent markup for bonding) 2) Materials . . . . . . . . . . . 15 3) Equipment Rental. . . . . . . . . . . 15 4) Other Items and Expenditures. . . . . . . . 15 5) Subcontracts. . . . . . . . . . . . . 5 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as compensation for bonding, except for the markup for labor, which shall be considered to already include the 1 percent markup for bonding purposes. ,, END OF SECTION - CITr PROJECT No es-ie CHANGES IN WORK Annual Curb and Gutter Repair Project Tuesday,14 May 19% SPECIAL PROVISIONS - SECTION 3 - PAGE 2 0 +1b SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES AND SPECIFIED PRODUCTS 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. 4-1 . 2 Submittals for Approval of "Or Equals . " - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above . Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute . The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4-2 MATERIALS 4-2 . 1 Quantities, - The Contractor shall submit with each of its billing invoices a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule . 4-2 .2 Placing Orders . - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment , for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said 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 . CITY PROJECT NO.96-18 CONTROL OF MATERIALS AnnuaThersd Curb and r pry 99Pair Project SPECIAL PROVISIONS - SECTION 4 - PAGE 1 Thursday,20 February 1997 4-2 .3 Guarantee of Work and Materials. - If within one year after the date of the Notice of Acceptance, any work is found to be defective, the Contractor shall promptly, without cost to the City, and in accordance with the City'' s written instructions, either correct such defective work, or if it has been rejected by the City, remove it from the site of the Work and replace it with non- defective work. If the Contractor does not promptly comply with the terms of this Section, or in an emergency where the delay may result in loss or damage to life,' limb, or property, the City may have the defective work replaced by its own forces, and all direct, indirect, and consequential costs of such removal and replacement, including, but not limited to, fees and charges of architects, engineers, attorneys and other professionals, shall be borne by the Contractor. END OF SECTION - CITY PROJECT NO.96-18 CONTROL OF MATERIALS Annual Curb and Gutter Repair Project Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 4 - PAGE 2 SEMON o -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4 , of the Standard Specifications : "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " - END OF SECTION - CITY PROJECT NO 96-18 UTILITIES Annual Curb and Gutter Repair Project Thursday.20 February 1997 SPECIAL PROVISIONS - SECTION 5 - PAGE 1 (! SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1 .1 Amount. - The amount of_ liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement . If not specified in the Agreement, in no case shall the amount be less than $535 . 00 per calendar day. 6-2 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. 6-3 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 No trench excavation or pipe laying on Fridays, weekends or holidays shall be permitted without prior approval of the City Engineer. The contractor shall concentrate on street paving, clean up and preparation for weekend traffic . 6-4 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 : 1- CITY OF PALM SPRINGS Tom Cartwright, Engineering Field Supervisor (619) 323-8253 Sherman Ferguson, Traffic Maintenance Supervisor (619) 323-8167 Dave Earakian, City Engineer (619) 323-8253 Cm PROJECT NO 96-18 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK Annual Curb and Guitar Repair Project Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 6 - PAGE 1 2. GENERAL TELEPHONE COMPANY Attention: Mr. Mike Whiteley (619) 778-3601 3. DESERT WATER AGENCY Attention: Mr. David Luker (619) 323-4971 4. SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Garry Dean (619) 202-4291 5. SOUTHERN CALIFORNIA GAS COMPANY Attention: Mr. Monte Dille (619) 341-2348 6. WARNER CABLE Attention: Mr. Maynard Jarvinen (619) 322-3732 7. WHITEWATER MUTUAL Attention: Mr. Stan Clark (619) 325-5880 8. UNDERGROUND SERVICE ALERT (800) 422-4133 6-5 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, Sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference . END OF SECTION - CITY PROJECT NO %AB PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK Annual Curb and Gutter Repair Project Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 6 - PAGE 2 0 16 SECTION 7 -- RESPONSIBILITIES OF THE 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 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 CITY PROJECT NO 96-18 RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Ginter Repair Project Th.oday,20 February 1997 SPECIAL PROVISIONS - SECTION 7 - PAGE 1 such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it . 7-1. 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 each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article . To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids . 7-1 . 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 for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice . 7-1 . 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 'hate 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 CITY PROJECT NO.%A13 '�, RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Gutter Repair Project SPECIAL PROVISIONS - SECTION 7 - PAGE 2 Thursday,20 February 1997 (10 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 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. " 7-1. 10 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 4 feet below the surface, shall be subject to the following conditions : the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions . (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-1 . 11 Resolution of Construction Claims. - As required under Section 20104 , et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104 , et seq. , relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract . Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000 , the Contractor shall CITY PROJECT NO 96-18 RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Gutter Repair Protect Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 7 - PAGE 3 respond to the request for additional information within 15 days after receipt of the request . The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000 , but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50 , 000, or within 60 days, if the amount of the claim is more than $50, 000, but less than $375, 000 . If further documen- tation is requested, the City shall respond within the same amount of time taken by the Contractor t'o respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than $50, 000, but less than $375, 000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days',, whichever is greater. If the Contractor disputes the City' s response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute . The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first . The City shall schedule the meet and confer conference within 30 days of the request . If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-1.12 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding ; the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete . Where the said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents . 7-1. 13 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours 'worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-1 . 13 , shall be certified and shall be made available for CITY PROJECT NO.MAR RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Ginter Repair Project Tbirrsaay,20 February 1997 SPECIAL PROVISIONS - SECTION 7 - PAGE 4 0 ID inspection at all reasonable hours at the principal office of the Contractor on the following .basis : 1 . A certified copy of an employee' s payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request . 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations . 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement . If the requested payroll records have not been provided pursuant to Section 7-1 . 13 , paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub- contractors, and the entity through which the request was made . The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor Shall file a certified copy of the records, enumerated in paragraph one of this Section 7- 1 . 13 , 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 7-15 , paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address . CITY PROJECT NO 96-1a RESPONSIBILITIES OF THE CONTRACTOR AnnA am and Wt.February Rapair Rroiael SPECIAL PROVISIONS - SECTION 7 - PAGE 5 Thursday,27 February 199] 4� In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprentice ship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due . l 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 last 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 PROTECTION OF EXISTING IMPROVEMENTS 7-2 .1 General. The Contractor shall protect all existing improvements not designated for removal and shall restore damaged or temporarily relocated improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents . 7-2 .2 Rights of Way. The Contractor shall not do any work that would affect any oil, gas,l sewer, or water pipeline ; any telephone, television, telegraph, ', or electric transmission line or CITY PROJECT NO 9E-18 RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Gutter Repair Project Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 7 - PAGE 6 cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same . 7-2 .3 Approval of Repairs. All repairs to a damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. Maintaining in Service : All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable . The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 7-2 .4 Trees Within Project Limits 7-2 .4 .1 General . The Contractor shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within project limits, including private property, street rights-of-way, and the golf course, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the property owner, the City, or other jurisdictional agency. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City or other jurisdictional agency and to the satisfaction of said property owner, the City and/or agency. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs . 7-2 .4 .2 Trimming. The natural shape and form of the tree shall be preserved and enhanced; no stubs or splits or torn branches left; no topping or drop crotching; and clean cuts shall be made close to the trunk or large branches . 7-2 .4 .3 Replacement. The Contractor shall immediately notify the property owner, the City, and/or other jurisdictional agency if any tree is damaged by the Contractor' s operations . If, in the opinion of the City or said other agency, the damage is such that replacement is necessary, the Contractor shall replace the tree at CITY PROJECT No 96-19 RESPONSIBILITIES OF THE CONTRACTOR Annual y,ffi2 a e Guitaruary Repair Prolacl SPECIAL PROVISIONS - SECTION 7 - PAGE 7 Thursday,20 February 1997 its own expense . The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the Contractor shall pay to the owner of said tree a compensatory payment acceptable to the tree owner, subject to the approval of the property owner, the City, or other jurisdictional agency. The size of the trees shall be not less than 1-inch diameter nor less than 6 feet in height . Fines will be assessed against the Contractor for trees removed without the City' s prior written approval . The minimum amount of fine or restitution to the City will be the replacement of the tree removed, with one of equal or greater size and maturity and as approved by the property owner and the City. Larger fines may be assessed against the Contractor depending upon the circumstances and type of tree removed, especially in the case of oak trees . 7-3 INSURANCE 7-3 .1 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 : 1 . Workers' Compensation: a) State : Statutory Amount Or minimum $1, 000 , 000 b) Employer' s Liability: $1, 000 , 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 500, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage : $ 500 , 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: $ 500, 000 Annual Aggregate 3 . Comprehensive Automobile Liability: a) Bodily Injury (Inc'luding wrongful death) : CITY PROJECT NO 96-18 RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Gutter Repair Protect Thursday,20 February 1997 SPECIAL PROVISIONS - SECTION 7 - PAGE 8 0 (� $ 500 , 000 Each Person $ 11000 , 000 Each Occurrence b) Property Damage $ 500 , 000 Each Occurrence Or a combined single limit of $ 1, 000 , 000 7-4 PERMITS 7-4 Flood Control District Permit. The provisions of Section 7-5 of the Standard Specifications shall be modified to include a permit from the Riverside County Flood Control District (RCFCD) which will be obtained and paid for by the City prior to construction. All other provisions of Section 7-5 shall remain in force . - END OF SECTION - CITY PROJECT NO 96-18 RESPONSIBILITIES OF THE CONTRACTOR Annual Curb and Gutter Repair Project Thursday,20 Febme, 1997 SPECIAL PROVISIONS - SECTION 7 - PAGE 9 • (6 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - CITY PROJECT NO FACILITIES FOR AGENCY PERSONNEL Annual Curb and Ginterer Repair Project e Tnursaay,20 Fabmary 1997 SPECIAL PROVISIONS - SECTION 8 - PAGE 1 r (a SECTION 9 -- MEASUREMENT AND PAYMENT 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 Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U. S . Department of Labor (OSHA) . No separate payment will be made for any item that is not specifically set forth in the Bid Sheet (s) , and all costs therefor shall be included in the prices named in the Bid Sheet (s) for the various appurtenant items of work. 9-1.2 Progress and Final Payments - The Contractor will be entitled to one progress payment per working month. A 10 percent retention will be withheld from each payment . All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment . The final retention monies will be released to the Contractor 35 working days after the date of the Notice of Acceptance . All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor' s unconditional 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; and conditional waivers of lien from any subcontractor or materialmen whose charges have been included in the current invoice (the condition to the waiver being the receipt of payment for the work undertaken as of the date of application for payment) . Such waiver shall relinquish all claims against the property, the Work, and the City for work undertaken as of the date for the invoice, and shall be in the forms prescribed by California Civil Code Section 3262 . Prior to final payment by the City, the Contractor shall submit a final unconditional waiver of lien for the Contractor' s work, together with releases of lien from any subcontractor or materialmen. All waivers of lien shall be in accordance with California Civil Code Section 3262 . CITY PROJECT NO 96-18 MEASUREMENT AND PAYMENT Annual c°`b and G Repair Project Monday,3 March 1997 SPECIAL PROVISIONS - SECTION 9 - PAGE 'I 997 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 . 9-2 PAYMENT SCHEDULE 9-2 .1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet (s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet (s) are supplied only to give an indication of the general scope of the Work. , The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work in accordance with the provisions of Section 9-1 . 02, herein, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items . 9-2 .2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 5 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet (s) under Item No. 1, which price shall constitute full compensation for all such work . Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the ,proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items : 1 . Moving onto the site of all Contractor' s plant and equipment required for the first month' s operations . 2 . Obtaining and paying for all required bonds, insurance, and permits . 3 . Posting all OSHA-required notices, and establishment of OSHA-approved safety programs . CITY PROJECT No 96-1e MEASUREMENT AND PAYMENT Annual Curb and Gutter Repair Protect Monday,3Marcb 1997 SPECIAL PROVISIONS - SECTION 9 - PAGE 2 0 I0 4 . Having the Contractor' s superintendent at the job site full-time . 5 . Submitting of the required Construction Schedule, as specified in Section 6-1, "Construction Schedule and Commencement of Work. " In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5 . 3 , "Shop Drawings and Submittals" of the Standard Specifications . No payment for any of the listed Initial Mobilization work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payments pursuant to the provisions of Public Contract Code 22300 . 9-3 BID SCHEDULE 9-3 . 1 Initial Mobilization (Bid 'Item No.l) - Measurement for payment for the work specified as initial mobilization will be based upon the completion of the entire work as a lump sum unit, complete and operational, as specified and as indicated on the Drawings, and will be based upon the criteria as stipulated in Section 9-2 . 2 , "Initial Mobilization above . Payment for such initial mobilization will be made at the lump sum price named in the Bid Sheets under Item No. 1, which price shall constitute full compensation for providing, installing, constructing, and maintaining such work, complete and in place, and including all permits and appurtenant work. 9-3 .2 Traffic Control (Bid Item No. 2, Alt. Bid Item No. 1) - Measurement for payment for the work specified as traffic control will be based upon the completion of the entire work as a lump sum unit, complete and operational, as specified and as indicated on the Drawings . Payment for such traffic control will be made at the lump sum price named in the Bid Sheets under Item No. 2 , Alt . Bid Item No . 1, which price shall constitute full compensation for providing, installing, constructing, and maintaining such traffic control, complete and in place, and including all solar-powered arrow boards and appurtenant work. 9-3 . 3 Reconstruct Nuisance Water Drain at Calle Palo Fierro and Palm Canyon Drive (Bid Item No. 3) . Measurement for payment for the reconstruction of the Nuisance Water Drain at Calle Palo C"PROJECT No 96-1a MEASUREMENT AND PAYMENT Annual Curb and Gutter Repair Protect Monday,3March 1997 SPECIAL PROVISIONS - SECTION 9 - PAGE 3 Fierro and Palm Canyon Drive will 'be based upon the completion of the entire work as a lump sum unit, complete, as specified and as indicated on the drawings . Payment for the completion of reconstruction of the Nuisance Water Drain at Calle Palo Fierro and Palm Canyon Drive will be made at the lump sum price named in the Bid Sheets under Item No . 3 , which price shall constitute full compensation for completing said work- shown on sheet 3 of the plans,, including but not limited to excavation, basins, pipe, concrete work, backfill, compaction, aggregate base and A. C. Paving. 9-3 .4 Construct Bus Bay at Gene Autry Trail and Vista Chino (Bid :Item No. 4) . Measurement for payment for the construction of the Bus Bay at Gene Autry Trail and Vista Chino will be based upon the completion of the entire work as a lump sum unit, complete, as specified and as indicated on the drawings . Payment for the completion of construction of the Bus Bay at Gene Autry Trail and Vista Chino will be made at the lump sum price named in the Bid Sheets under Item No. 4 , which price shall constitute full compensation for completing said work shown on sheet 1 of the plans, including but not limited to excavation, removals, grading, concrete work, ' backfill, compaction, aggregate base and A. C. Paving signing and; striping. 9-3 .5 Construct curb, gutter & A.C. bike path along Mesquite Ave. (Bid Item No. 5) . Measurement for payment for the construction of curb & gutter, A. C. bike path along Mesquite Way will be based upon the completion of the entire work as a lump sum unit, complete, as specified and as indicated on the drawings . Payment for the completion of curb, gutter & A. C. bike path along Mesquite Way will be made at the lump sum price named in the Bid Sheets under Item No. 5 , which price shall constitute full compensation for completing said work shown on sheet 2 of the plans, including but not limited to excavation, grading, concrete work, backfill, compaction, aggregate base and A. C . Paving signing and striping. 9-3 . 6 Sawcut and Remove Sidewalk and Curb Return, Construct New Curb, Ramp and Retaining Wall @ Baristo and Belardo, per plan. (Bid Item No. ';6) . Measurement for payment for the Sawcut and Removal of Sidewalk and Curb Return, Construction of New Curb, Ramp and Retaining Wall @ Baristo and Belardo will be based upon the completion of the entire work as a lump sum unit, complete, as specified and as indicated on the drawings . Payment for the completion of construction of the Sawcut and Removal of Sidewalk and Curb Return, Construction of New Curb, CITY PROJECT No 9e-1e MEASUREMENT AND PAYMENT AnnuMonday,3 March 1997 al Cam a Gutter997RepairPro�ect SPECIAL PROVISIONS - SECTION 9 - PAGE 4 Mon i Ramp and Retaining Wall @ Baristo and Belardo will be made at the lump sum price named in the Bid Sheets under Item No. 6 , which price shall constitute full compensation for completing said work shown on "Special Dwg 1" of Appendix I'D" of these specifications , including but not limited to excavation, grading, concrete work, backfill, compaction, aggregate base and A. C. Paving signing and striping. 9-3 .7 Remove and Replace Misc. Portland Cement Concrete Miscellaneous Construction (Bid Items No. 7-17 Alt. Bid Items No. 2-12) . - Measurement for payment for portland cement concrete for ramps and sidewalk will be based upon the number of square feet constructed, as shown on the Drawings and as specified. Payment for the removal and replacement of portland cement concrete curb and gutter will be made at the unit price named in the Bid Sheets under Items No. 7 & 8 Alt . Bid Items No . 2 & 3 , which price shall constitute full compensation for all curb and gutter, removed and constructed, as shown on the Drawings found in Appendix "All and "B" and as specified. Payment for the removal and replacement of portland cement concrete sidewalk and ramps will be made at the unit price named in the Bid Sheets under Item No. 9 & 10 , Alt . Bid Items No . 4 & 5 , which price shall constitute full compensation for all sidewalk and ramps, constructed, as shown on the Drawings found in Appendix "A" and "B" and as specified. Payment for the removal and replacement of portland cement concrete cross gutters will be made at the unit price named in the Bid Sheets under Item No. 11 & 12, Alt . Bid Items No. 6 & 7, which price shall constitute full compensation for all sidewalk, constructed, as shown on the Drawings found in Appendix "A" and "B" and as specified. Payment for the removal and replacement of 6" portland cement concrete barrier curbs will be made at the unit price named in the Bid Sheets under Item No. 13 & 14 , Alt . Bid Items No . 8 & 9 , which price shall constitute full compensation for all such construction, as shown on the Drawings found in Appendix "A" and "B" and as specified. Payment for the removal and replacement of portland cement concrete spandrels will be made at the unit price named in the Bid Sheets under Item No. 15 & 16 , Alt . Bid Items No. 10 & 11, which price shall constitute full compensation for all such construction, as shown on the Drawings found in Appendix "A" and "B" and as specified. Curbing adjacent to a spandrel shall be considered barrier curb. Payment for the construction of portland cement concrete splash pads will be made at the unit price named in the Bid Sheets under Item No. 17, Alt . Bid Item No. 12 , which price shall constitute CITY PROJECT NO 96-18 MEASUREMENT AND PAYMENT Annual Curb and Gutter Repair Project Monday,3 March 1997 SPECIAL PROVISIONS - SECTION 9 - PAGE 5 full compensation for all such construction, as shown on the Drawings found in Appendix "A" and "B" and as specified. No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the Bid Sheets, and the costs therefor shall be included in the prices named in the Bid Sheets for the various appurtenant items of work. 9-3 . 8 Removal and replacement of Asphalt Concrete :Pavement (Bid Items No. 18 & 19, Alt. Bid Items No. 13 & 14) .Payment for A. C. Pavement will be made at the unit price named in the Bid Sheets under Item No . 18 & 19, Alt . Bid Items No. 13 & 14 , which price shall constitute full compensation for all such construction, as shown on the Drawings found in Appendix "A" and "B" and as specified. No separate payment will be made for grading, preparation of subgrade, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the Bid Sheets, and the costs therefor shall be included in the prices named in the Bid Sheets for the various appurtenant items of work. 9-3 . 9 Removal and Replacement of cross gutter and spandrel and construction of new splash pads at Indian Canyon and Garnet Ave. (Alternate Bid Item No. 15) . Measurement for payment for the removal and replacement of cross gutter and spandrel and construction of new splash pads at Indian Canyon and Garnet Ave will be based upon the completion of the entire work as a lump sum unit, complete, as specified and as indicated on the drawing found in Appendix "B" . Payment for the completion of construction of the Removal and Replacement of cross gutter and spandrel and construction of new splash pads at Indian Canyon and Garnet Ave will be made at the lump sum price named in the Bid Sheets under Alternate Item No . 15 , which price shall constitute ,full compensation for completing said work shown on the plan found in Appendix "B" , including but not limited to excavation, removals, grading, concrete work, backfill, compaction, aggregate base and A. C. Paving signing and striping. - END OF (SECTION - CITY PROJECT No 96-19 MEASUREMENT AND PAYMENT Annual Curb and Guar Repair Project SPECIAL PROVISIONS - SECTION 9 - PAGE 6 Monday,3 March 1997 • (6 SECTION 10 -- CONSTRUCTION DETAILS 10-1 -- EARTHWORK 10-1 . 1 Disposal Site . - The Contractor is required to specify the route and the disposal site of the material which is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner' s approval . 10-1 . 2 Unclassified Excavation. - Unclassified excavation shall consist of all excavation including roadways, bituminous pavement, and concrete pavement, curb, walk, gutters, cross gutters, driveways, access ramps, and alley intersections . 10-1 . 2 . 1 Bituminous Pavement . - Bituminous pavement shall be removed to neatly sawed edges . Saw cuts shall be to a minimum depth of one-half of the thickness of the pavement . Where only the surface of existing bituminous pavement is to be removed, the method of removal shall be approved by the Engineer, and a minimum laying depth of in (25mm) of new pavement material shall be provided at the join line . Where bituminous pavement adjoins a trench, the edges adjacent to the trench shall be saw cut to neat straight lines before resurfacing to ensure that all areas to be resurfaced are accessible to the rollers used to compact the subgrade or paving materials . 10-1 . 2 . 2 Concrete Pavement. - Concrete pavement shall be removed to neatly sawed edges . Saw cuts shall be made to a minimum depth of one-half of the thickness of the pavement . If a saw cut in concrete pavement falls within 3 ' (0 . 9m) of a construction joint, cold joint, expansion joint, or edge, the concrete shall be removed to the joint or edge . The edges of existing concrete pavement adjacent to trenches, where damaged subsequent to saw cutting of the pavement, shall again be saw cut to neat straight lines for the purpose of removing the damaged pavement areas . Such saw cuts shall be either parallel to the original saw cuts or shall be cut on an angle which departs from the original saw cut not more than 1" (25mm) in each 611 (150mm) . 10-1 . 2 . 3 Concrete Curb, Sidewalk, Gutter, Cross Gutter, Driveway, Access Ramps and Alley Intersections . - Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of one- half the thickness of said concrete . Concrete sidewalk, access ramp or driveway to be removed shall be neatly sawed in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. Concrete shall be sawcut to the nearest cold joint, weakened place joint, or expansion joint in all CITY PROJECT NO 96-18 CONSTRUCTION DETAILS Annual Curb and Gutter Repair Project Monday.3 March 1997 SPECIAL PROVISIONS - SECTION 10 - PAGE 1 directions, regardless of panel size or the distance from sawcut to joint . Curb and gutter shall be 'sawed to a minimum depth of one- half of the thickness of the concrete on a neat line at right angles to the curb face . The cost for all excavation shalllbe considered as included in the various bid item prices in the Bid Schedule, and no other compensation shall be made therefor. 10-1 . 3 Selected Material . - The text of Subsection 300-2 . 7 of the Standard Specifications is hereby deleted and replaced with the following: Selected materials encountered in the excavations within the project limits that meet the specifications for base material, trench bedding or backfill, topsoil or other specified materials shall be used as shown on the plans, in the Specifications, , or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted. 10-1 .4 Compacted Fills . - Attention is called to Part 3 , Section 300-6 . 5 "Compacted Fills" of the "Standard Specifications for Public Works Construction. " However, the top 12" of subgrade and base shall have 95o relative compaction. All costs for compacted fills shall be spread equally in the Contractor' s bid item prices for all concrete combination curb and gutter and asphalt concrete pavement in the Bid Schedule . No additional payment will be made for this work. 10-1 . 5 P. C. Concrete Sawcut and Removal . - The cost for saw- cutting, pavement removal, existing P . C. concrete removal , excavation and haul-away shall be considered as included in the price of the various corresponding bid items, and no other compensation shall be made therefor. 10-1 . 6 A. C. Pavement Sawcut and Removal . - The cost for saw- cutting, pavement removal, existing P. C. concrete removal, excavation and haul-away shall be considered as included in the price of the bid item, and no other compensation shall be made therefor. 10-1 . 6 Clearing And Grubbing.! - Clearing and grubbing shall conform to Part 3 , Section 300-1 ,of the Standard Specifications . Clearing and grubbing shall consist of removing all natural and artificial objectionable material! in the construction area, to the approval of the Engineer. Said objectionable material shall be hauled away. This work shall be performed in advance of the grading operations, and the Contractor has the sole responsibility for determining how much work, is required to complete the operation. ctN RRodecr No se-ie CONSTRUCTION DETAILS Annual Curb and Gutter Repair Protect ' Monday,3 March 1997 SPECIAL PROVISIONS - SECTION 10 - PAGE 2 0 (0 The price for clearing and grubbing shall be included in the price bid for the various other items of work and no additional compensation shall be allowed. 10-2 -- PORTL-MM CEMENT CONCRETE 10-2 . 1 Portland Cement Concrete. - All specified Portland cement concrete shall be 560-C-3250 (6-sack) . Natural color (gray) concrete shall be used at all location unless otherwise noted in the special provisions . 10-2 . 3 6" Combination Curb And Gutter & Barrier Curb . - Construct 6" P. C. concrete curb and gutter and barrier curb in accordance with City Standard Drawing No. 200 , a copy of which is included in these provisions . Barrier curb is the curb adjacent to the spandrel . 10-2 .4 801 P.C. Concrete Spandrel and Cross Gutter. - Construct 8" thick P . C. concrete spandrel and cross gutter in accordance with City Standard Drawing Nos . 206 and 207, copies of which are included in these provisions . The Contractor shall install 6" of crushed aggregate base or crushed miscellaneous base under the spandrel and cross gutter. The cost of Class 2 base shall be included in the price of this item in the Bid Schedule . 10-2 . 5 Sidewalk. - Construct 411 thick P. C. C. sidewalk where shown on plans in accordance with City Standard Drawing No. 210 , a copy of which is included in these provisions . The City reserves the right to eliminate the construction of P. C. C. sidewalk from the contract . 10-2 . 6 Ramp For Physically Handicapped. - The ramp shall be constructed of Portland Cement concrete and shall be installed at all curb returns as listed in the Location Work Description list found in appendix "B11 and shall be constructed in accordance with Standard Drawing No. 212 found in Appendix "A. " All costs incurred for ramps for the physically handicapped shall be included in the Contractor' s bid prices for the construction of ramps in the Bid Schedule, and no additional payment will be made therefor. 10-2 . 7 Vitrified Clay Pipe For Drainage. - Eight inch (811 ) vitrified clay pipe, used at Palm Canyon and Calle Palo Fierro, shall be designated extra strength, manufactured in accordance with ASTM C700 . Attention is directed to Section 207-8 of the Standard Specifications . 10-2 . 8 Catch Basin Boxes. - The Contractor shall construct Catch Basin Boxes as shown in The Plans . The cost of the nuisance drain structures shall include the P . C. C. box, grate and frame, eight inch (8" ) V. C. P. connector pipe, excavation, compaction, and curb cut to accommodate the installation of the drain. CITY PROTECT NO CONSTRUCTION DETAILS Annual Curb and Gutterer Repair Project Monday,3 March 1997 SPECIAL PROVISIONS - SECTION 10 - PAGE 3 10-2 . 9 Bus Bay at Gene Autry and Vista Chino. - The Contractor shall construct Bus Bay as shown'', in The Plans . Concrete shall be 811 , 560-c-3250 6 sack. The cost of the Bus Bay shall include the sawcut, removal of all objectionable materials, excavation, compaction, curb, pavement , striping, and signing, to accommodate the installation of the drain. 10-2 . 10 Mesquite Ave. - The contractor shall construct the curb gutter and bike path as shown ', on sheet 2 of the plans . The relocation of existing water valves and backflow devices shall be coordinated with the Desert Water Agency, by the contractor. The cost of the curb gutter and bike path shall include the sawcut, removal of all objectionable materials, excavation, compaction, curb, pavement, and signing, to accommodate the installation of the work. 10-2 . 11 Indian Canyon Q Garnet ,Ave. •- The contractor shall construct a new cross gutter, spandrel and splash pads as shown on the plan found in Appendix "B" of the Specifications . The work shall be accomplished while at least 1/2 of the Garnet Ave . travel way remains open to the public. Closing more than 1/2 of the width of Garnet Ave . shall not be allowed. The cost of the new cross gutter', spandrel and splash pads shall include the sawcut, .removal of all objectionable materials, excavation, compaction, curb, pavement, striping and signing, to accommodate the installation of the work. 10-3 -- PAVEMENT MARKINGS & STRIPING 10-3 . 1 Pavement Markings. -- All pavement markings and legends shall be of thermoplastic material as approved by the Engineer . All pavement markings shall conform to the provisions of Section 84 of the Caltrans Standard Specifications . 10-3 .2 Thermoplastic Pavement Markings . -- Thermoplastic pavement markings shall be durable, retro-reflective pavement marking material suitable for use as roadway, intersection, airport , commercial, or private delineation and markings . 10-3 .2 . 1 Composition. -- The markings shall be a resilient white or yellow alkyd thermoplastic product with uniformly distributed glass beads throughout the entire cross-sectional area. Lines, legends, and symbols shall be capable of being affixed to bituminous and/or Portland cement concrete pavement . Other colors shall be made available as required. 10-3 .2 .2 Conformity. -- The markings shall be capable of conforming to pavement contours, breaks, and faults through CITY PROJECT NO e6-18 CONSTRUCTION DETAILS Annual Curb and Guitar Repair Pro�ecl Mundy,3 March 1997 SPECIAL PROVISIONS - SECTION 10 - PAGE 4 0 (6 the action of traffic at normal pavement temperatures . The markings shall have resealing characteristics . 10-3 .2 .3 Durability. — The markings shall have the ability to be applied in temperatures down to 32 degrees F. (zero degrees C. ) without any special storage, preheating, or treatment of the material before application. 10-3 .3 Composition. -- The material shall be composed of alkyd resin, aggregates, pigments, binders, and glass beads which have been factory produced as a finished product, and shall be designed to meet the requirements of the current edition of the Manual of Uniform Traffic Control Devices for Streets and Highways . The thermoplastic material shall conform to AASHTO designation M249- 79 (86) . 10-3 .3 . 1 Graded Glass Beads. -- The material shall contain a minimum of 30 percent graded glass beads by weight . The beads shall be clear and transparent, with not more than 20 percent consisting of irregular fused spheroids, or silica. The index of refraction shall not be less than 1 . 50 . 10-3 . 3 .2 Pigments. -- Pigments shall conform to the following requirements : 10-3 .3 . 2 (1) White. -- Sufficient titanium dioxide pigment shall be used to ensure a color similar to Federal Highway White, Color No. 17886 , as per Federal Standard 595 . 10-3 . 3 .2 (2) Yellow. - - Sufficient yellow pigment shall be used to ensure a color similar to Federal Highway Yellow, Color No. 13655 , as per Federal Standard 595 . The yellow pigment shall be of organic origin only. 10-3 .3 .3 Skid Resistance. -- The surface shall provide a minimum resistance value of 55 bpn when tested according to ASTM E-303 . 10-3 . 3 .4 Thickness . - - The material shall be supplied at a minimum thickness of 125 mils (3 . 18 mm) . 10-3 .3 . 5 Environmental Resistance. -- The material shall be resistant to deterioration due to exposure to sunlight, water, oil, gasoline, salt, or adverse weather conditions . 10-3 .4 Application. -- Application of thermoplastic markings shall conform to the following requirements : 10-3 .4 . 1 Asphalt. -- The material shall be able to be applied at ambient and road temperatures down to 32 degrees F. (zero degrees C. ) without any preheating of the pavement to a specific temperature . The pavement shall be clean, dry, and CITY PROJECT NO 96-16 CONSTRUCTION DETAILS Annual Curb and Gutter Repair Project Monday,3 March 1997 SPECIAL PROVISIONS - SECTION 10 - PAGE 5 free of debris . The Contractor shall provide application instructions from the manufacturer with each container. 10-3 .4 .2 Portland Cement Concrete. -- The same application procedure shall be used as described above . However, a compatible primer sealer shall be applied before application to ensure proper adhesion. 10-3 . 5 Painted Pavement Markings. - Traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Section 84-1 "General" and 84-3 "Painted Traffic Stripes and Pavement Markings, " of the State Standard Specifications and these Special Provisions . Section 84-3 . 02, "Materials, " of the Standard Specifications is amended to read: State Paint Specification No. Rapid-dry water borne white,yellow and black 8010-91D-30 Glass beads (Type II) 8010-11E-22 Thinning of paint will ,not be allowed. Copies of State Specifications for traffic paint and glass beads may be obtained from the Transportation Laboratory, P. O. Box 19128 , Sacramento, CA 95819 , 916/739-2400 . Paint shall be tested prior to use, or the Contractor shall provide the Engineer with a Certificate of Compliance from the manufacturer in accordance with the provisions' of Section 6-1 . 07, "Certificates of Compliance, " of the Standard Specifications . Said certificate shall certify that the paint complies with the specifications and that paint manufactured to the same formulation and process has previously passed State testing. A list of manufacturers that have produced paint meeting State specifications is available from the Department of Transportation Laboratory. (Material supplied by manufacturers other than those that have previously manufactured approved paints will require complete testing) . The fourth and fifth paragraphs in Section 84-3 . 05, "Application, " of the Standard Specifications are amended to read: A one-coat, 3-inch black stripe shall be painted between the two 4-inch wide yellow stripes of a double traffic stripe . If the two 4-inch wide yellow , stripes are to be applied in 2 coats, the black stripe shall be applied concurrently with the second coat of yellow stripes . CITY PROJECT NO 93-18 CONSTRUCTION DETAILS Annual Cum and Gutter Repair Project SPECIAL PROVISIONS - SECTION 90 - PAGE 6 Monday,3 March 1997 i (8 On existing surfacing, pavement markings and traffic stripes shall be applied in one coat . Whenever the Contractor' s operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both) , such pavement delineation shall be replaced by Contractor before completion of project . Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic . Temporary delineation shall consist of reflective raised pavement markers (Type "L" temporary pop-ups) which shall be applied in accordance with the manufacturer' s instructions . Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. Traffic striping and pavement markings may be installed at night after 8 : 00 p .m. or in the early morning before 6 : 00 a .m. with the prior approval of the Engineer. Payment for traffic striping and installing pavement markers at night shall be included in the lump sum prices for the the work being done in the Bid Schedule, and no additional payment shall be made therefor. Payment for striping is included in the lump sum price bid for Mesquite Ave . (Bid Item No. 5) and no additional compensation shall be allowed. 10-3 . 6 Removal. of Existing Pavement Markings. -- Pavement markings to be removed shall be as shown on the Drawings or as designated by the Engineer. The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not shown on the Drawings, by such methods as sandblasting, or grinding. Where sandblasting or grinding is used for the removal of pavement markings, or for removal of objectionable material, and 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 sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. - END OF SECTION - CITY PROJECT an No ar 18 Re CONSTRUCTION DETAILS Annual Curb and Gutter Repair Pro�ecl Munday,3 March 1997 SPECIAL PROVISIONS - SECTION 10 - PAGE 7 CITY OF PALM SPRINGS 11b DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PART III -- APPENDICES Annual Curb and Gutter Repair Project CITY PROJECT NO. 95-13 & 95-14 Appendix A - Standard Plans CPS Std Plan No . 110 - Street Pavement Requirements CPS Std Plan No. 115 - Trench and Pavement Replacement Detail CPS Std Plan No. 200 - Curb and Gutter Detail CPS Std Plan No. 206 - Curb Return, Spandrel and Cross Gutter Detail CPS Std. Plan No. 212 - Type A Curb Ramp Detail CPS Std. Plan No. 213 - Type B Curb Ramp Detail CPS Std. Plan No . 214 - Type C Curb Ramp Detail CPS Std. Plan No . 330 - 88' Secondary Thoroughfare Detail Brooks Products 200FPB - 2 ' -6" x 4' -011 x Variable Depth Pull Box Detail City of Palm Springs TCP Plan No. 12-D-013 1/2 Road Closure / 12 ' Single Lanes Appendix B - Special Drawings & Lists Location Description List Curb and Gutter Repair Bartiso and Belardo Cross Gutter Repair and Splash Pad Construction Indian Cyn. & Garnet Ave . CITY PROJECT NO 9e-18 PART III-- APPENDICES Annual Curb and Ginter Repair Project Monday,3 March 1997 CONTENTS - PAGE 1 0 CITY OF PALM SPRINGS I. DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION Appendix A - Standard Pains Annual Curb and Gutter Repair Project CITY PROJECT NO. 95-13 & 95-14 CPS Std Plan No. 110- Street Pavement Requirements CPS Std Plan No. 115 - Trench and Pavement Replacement Detail CPS Std Plan No. 200 - Curb and Gutter Detail CPS Std Plan No. 206 - Curb Return, Spandrel and Cross Gutter Detail CPS Std. Plan No. 212 - Type A Curb Ramp Detail CPS Std. Plan No. 213 - Type B Curb Ramp Detail CPS Std. Plan No. 214 - Type C Curb Ramp Detail CPS Std. Plan No. 330 - Secondary Thoroughfare Detail Brooks Products 200FPB - 2 ' -611 x 4 ' -011 x Variable Depth Pull Box Detail City of Palm Springs TCP Plan No. 12-D-013 1/2 Road Closure / 12 ' Single Lanes nnu PROJECT No e A e nnual Curb and Gutter Protect PART III -- APPENDICES A Repair Thursday,20 February 1997 APPENDIX A - PAGE 1 I� CITY OF PALM SPRINGS DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION Appendix B - Special Drawings and Lists Annual Curb and Cutter Repair Project CITY PROJECT NO. 95-13 & 95-14 Location Description List Curb and Gutter Repair Bartiso and Belardo CITY PROJECT NO 96-18 Annual Curb and Gutter Repair Pri PART III -- APPENDICES Thnrsaay,20 Fob,nary 1997 APPENDIX B - PAGE 1 IV U. iVISiONS ( APPROVED I DATE STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2.00% CENTERLINE TO LIP OF GUTTER I 2.001%. CENTERLINE TO LIP OF GUTTER ASPHALT CONCRETE PAVEMENT 1 OVER COMPACTED CRUSHED AGGREGATE BASE AS DESCRIBED BELOW IP.C.C. CURB AND GUTTER PER C.P.S. STD. OWG. 200. STREET WIDTH CROWN HEIGHT 84' .84 76' .76 64' .64 52' .52 40' .40 36 .36 32' .32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE It UFTI OVER 4 INCHES OF CRUSHED AGGREGATE BASE AND A MIN. SUBGRAOE OF 24 INCHES AT 95% RELATIVE COMPACTION. COLLECTOR AND SECONDARY STREETS: 3 INCHES OF ASPHALT CONCRETE (I LIFTI OVER 6 INCHES OF CRUSHED AGGREGATE BASE AND A MIN. SUBGRAOE OF 24 INCHES AT 95% RELATIVE COMPACTION, MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE 12 LIFTS) OVER 4 INCHES OF CRUSHED AGGREGATE BASE AND A MIN. SUBGRAOE OF 24 INCHES AT 95: RELATIVE COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM. ALL SECTIONS TO BE VERIFIED BY SOILS ANALYSIS BY LICENSED SOILS ENGINEER. 2. ASPHALT RUBBER HOT MIX IA.R.H.M I IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED. SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2" NEW CONSTRUCTION MIN. 1-1/2' CAP OVER EXISTING PAVEMENT 3. ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER. 4 PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. 5. A,C. PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER. CUY OF PALM SPRINGS APP�OVE/D' DATE: [I-V-9t DEPARTMENT OF PUBLIC WORKS `""' 28931 CITY ENGINEER R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY: S J C. HILL No. STANDARDS CHECKED BY- E R F. DWC. NO. I10 I�IUNS ( I APPROVED J DATE �R= 1/2' R= 1/2- za I I A. C. PVMNT, lLrA. • I/a- LIP (TYP.1 C. PVMNT. - •. _ -T 1/24-- �0'} R=1/2' . Al-6I{�'' Al-8 A2-6 A. C. PVMT. I Za-� -6' N 12- R--I/2" � I/2 IL I/2"I•�- I. 6- LL I(/4" LIP (TYP.)I � m U Rzl' (V � A2_ -8 ONSITE ONLY ONSITE ONLY E32 24- SLOPE t'1/2- SLOPE B- n � NL PR � �'` a s• � —'— FIO WLINE I 6'•• - I OF GUTTER r 1/2- FIBER EXPANSION JOINT 6' CROSSGUTTER-SECONDARY THOROUGHFARE D1 Cl - END OF CURS 4. I 2 H 2- SLOPE _ 1/2' • SLOPE 6 6' CROSSGUTTER-MAJOR THOROUGHFARE NOTES D2 A. C, PVMT. A-HIGH DIKE I. TYPES A-NIGH DIKE. AI-6. AND AI-rS ARE BARRIEF? CURBS. 20 TYPES A.B.0 AND 0 ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE. 560-C-3250 16 SACKI. 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE (E AR 80001 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A I/2- RADIUS. 6. A.C. PAVEMENT SHALL BE 1/4- ABOVE LIP OF GUTTER. 7. EXPANSION AND WEAKENED PLANE JOINTS. SEE SECTION 303-5.4. SCORING 5 FEET MAXIMUM. SPACING FOR 1" DEEP WEAKENED PLANE JOINTS 10 FEET CSTY OF PALM SPRINGS APPROVP, ; DATE: DEPARTMENT OF PUBLIC WORKS CITY ENGINEER R.C.E. DRAWN BY: S J C FILE NO. STANDARDS CURB AND GUTTER CHECKED BY: ERF DWC. NO. 200 1 NO _REVISIONS I APPROVED D4TE SEE C.P S STD OWG 200 'A" VARIES -� AND STATE DIV OF HWVS. 5'-8' 1/4" PER FT STD. TATE I' LIP SLOPE ,_______________ __ _ f �4 A.C. PVMT R SECTION A-A j 6 SHOWN THUS ON PLAN r LL A" c ..W.. 2 .W.. X.. 2 2 I � I ' z BACK OF SIDEWALK dB v2 Z a 3 , w O --► \ I � I , -�- I , CURB FACE\ A�� NOTES I. ALL DRIVEWAYS SHALL BE 6" THICK PORTLAND CEMENT CONCRETE. 2. MIX DESIGN SHALL BE 560-C-3250 16 SACK) 3 WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY 10 [MAX.) INTERVALS 4 W/2 = A MINIMUM OF 5' ON RESIDENTIAL AND 12' ON ALL OTHERS. 5. X_4' WITH 6' CURBS AND 5' WITH 8' CURBS UNLESS OTHERWISE SHOWN ON PLANS CITY OF PALM SPRINGS APPP v D: DATE �- DEPAP,TMENT OF PUBLIC WORKS 28931 CITY ENGINEER R -- = DRIVEWAY APPROACH DRAWN BY: L NU. M V H STANDA��S CHECKED BY E.R F DWG NO 1, i NO _ REVISIONS I APPROVED 1 D 7E I -1 Q A.C. PVMT 'A' VARIES 5' TO 10' jI/4' PE FOOT ..I. . ._ . EDGE OF GUTTERI 4' SHOWN THUS ON PLAN SECTION B-B B 2 2 -___-_______ ___-_____-__� - _ _ J_ I I - _ _ I I P % I �-� -_- C_____________1_ rt_-�� _____ r i rr I Y I \ I I I I I I I HANDICAPPED RAMP PER C.P S. S D. DWG. 212 (TYP I WEAKENED PLANE JOINT ITYPI SEE C.P.S. STD. DWG. 200 FOR CURB AND GUTTER NOTES I. THIS DRIVEWAY DESIGN FOR PARKING LOTS WITH 100 VEHICULAR SPACES OR GREATER 2. ALL DRIVEWAYS SHALL BE 6' THICK PORTLAND CEMENT CONCRETE. 3. MIX DESIGN SHALL BE 560-C-3250 16 S4CK). 4. WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY I0' [MAX ) INTERVALS. 5. W/2 . A MINIMUM OF 16' 6. RADIUS SHALL BE A MINIMUM OF 12' CITY OF PALM SPRINGS APPROVE DATE: DEPARTMENT OF PUBLIC WORKS 28931 CITY ENGINEER R G E DRIVEWAY APPROACH DRAWN aY: NU. M V H STANDARDS CHECKED BY E R F DWG NO ��c N0. I510� NS APPROVED DATE SHOWN THUS ON PLAN / M � 7 Q o / T.C. ELEV. ELEV. � I W r r 7 u N I ww� U II � �. FLpW LINE `I� I6 STIIIttt AIGHT w GR�OE O U I9 O m T.C. ELEV. o F.L. ELEV. 3 %v ELEV. UW =W ` r 2 - 0 W � NOTES: 0 ar a u - 1. WEAKENED-PLANE JOINT SHALL BE INSTALLED AT BEGINNING AND END OF SPANDREL AND TRANSITION. J 2. SPANDREL, CROSS GUTTER AND TRANSITION SHALL BE 5" �m THICK PORTLAND CEMENT CONCRETE. 3. CONCRETE SHALL BE 8" THICK PORTLAND CEMENT CONCRETE. (560-C-3250. 6 SACK). 4 CURB FACE HEIGHT SHALL 6' OR 8' AS SHOWN ON DRAWING. 1 CROSS GUTTER -W" SHALL BE CALLED OUT ON PLANS AS 6' OR 8' AS PER C.P.S. STD. DWG. 200. 6. SEE C.P S. STD, DWG. 212 FOR ADDITIONAL REQUIREMENTS. 7 SEE C.P.S. STD. OWG. 110 FOR PAVEMENT REQUIREMENTS. Cf[Y OF PALM SPRINGS APP iOvEp; , DATE: // DEPARTMENT OF PUBLIC WORKS Q//mkt- — 2B931 CITY ENGINEER R.C.E. CURB RETURN. SPANDREL DRAWN BY: SAC Hi- NO. STANDARDS AND CROSS GUTTER CHECKED BY: E.R.F DWC. N0. 206 NO. REVISIONS I APPROVED DATE o APPROX. 3/A' EXCEPT BACK OF EXISTING SIDEWALK a EXCEPT APPROX, I-1/2- ON SLOPING PORTION OF RAMP VARIABLE HEIGHT RETAINING 1 — H 1/4 CURS IF NECESSARY CT EDGE F 0 II OF SIDEWALK )NOT NECESSARY ANT TO EDGE WHERE EXISTING ADJACENT OF 570'WALK P1 I,y Q �I ' �.•. �I/a- - - - 6'� I / GROOVING DETAIL P1•. EXIST, CURB AND GUTTER / byq (OR MONOLITHIC CROSS-GUTTER) PROVIDE EXPANSION JOINT a` WHERE EDGE OF RAMP IS 7 ADJACENT TO WALL 4" OVERCUT 45 PL P t GUTTER LIP DETAIL P� C. dyP`��Q'1 THE BOTTOM OF THE RAMP 4., ,yQ SHALL HAVE A I/2' LIP AT 45- EXISTING P.C.C. SIDEWALK ) Q) TRUNCATED DOMES REOUIRED IF < 6.67% PER ADA STD. FIG. # 31-25A .sl / EXIST PCC SIDEwaLrc TOP OF VARIABLEHEIGHT RETAINING CURB [IF NECESSASS4RY) - ' a• VARIABLE HEIGHT RETAINING SECTION A-A CURB, IF NECESSARY PL TOP OF RAMP ROVNDEDI a' -- a 11v — E%IST, PCC SIDEWALK �R F GROOVES OU T7ER fOR MONOLITHIC HC � PCC CURBaNO CPQSSC UTTERI / MAX'I— MATCH EXIST PCC 1 F GUTTER THICK ES51 .MIN. li SECTION B-B a. OVERCUT �'- MOTES= I. PC. CONC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE W17H THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. 16 SACK). CrTY OF PALM SPRINGS APPRO DATE: z �- DEPARTMENT OF PUBLIC WORKS ��- 28931 CITY ENGINEER R C.E. TYPE A DRAWN BY' MVH ILa NU STANDARD CURB RAMP DETAIL CHECKED BY D J 2 IDWO NO 'J 1^ NO. REVISIONS I' APPROVED DATE VARIABLE HEIGHT 4' RETAINING CURB, IF NECESSARY AT EDGE OR B SIDEWALK 7—TRUNCATED DOMES EXIST, PCC RECUIRED IF a 6.67% SIDEWALK PER ADA 5TD. FIG. 2'• ITYP.I 0.33% MAX. ITYP.I NO. 31-234 -- ;\ SEE NOTE I OF N STD. DWG 212A A A EXIST CURB AND GUTTER , 4" OVERCUT [OR MONOLITHIC CROSS-GUTTERI APPROX 3/4- EXCEPT B EXCEPT APPROX I-I/2" /l ON SLOPING PORTION EXISTING of RAMP CROSSWALK I/4 GROOVING / � /�• 1OOtlING DETAL EXIST PCC G TOP OF VARIABLE HEIGHT RETAINING SIDEWALK CURB OF NECESSARY] k = X.. ►� °- -► 1/2" 4' ITYPI RAMP SECTION A-A 45 ° GUTTER PL ExIST PCC CURB AND THE BOTTOM OF THE RAMP E%IST, PCC 6OEWALI! GU CR TO S SGUTTERITER (OR MONOLITHIC SHALL HAVE A I/2" LIP AT 45• V T MATCH EXIST PCC LIP DETAIL A z MAX. _ GUTTERTHI SSI MIN VARIABLE HEIGHT RETAINING 4' OVERCUT CURB. IF NECESSARY SECTION B-B NOTE SEE C.P.S. STD. DWG 212A FOR GENERAL NOTES I. P.C. CONC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION- l6 SACKI CITY OF PALM SPRINGS APPRO}SEp DATE r/4' DEPARTMENT 289OF PUBLIC WORKS CITY ENGINEER E1 TYPE I PE B DRAWN BY- MVH FILE NO. STANDARDS DWG- NG CURB RAMP DETAIL CHECKED BY n la dh NO REVISIONS APPROVED DATE 12" MIN. RADIUS \\ MATCH EXIST CURB \ VARIABLE HEIGHT RETAINING I CURB AT EDGE OF SIDEWALK Imo-- 4' MIN. \ 0.5' MIN. 45•� 10.33% MAX. ITYP.1 �T(� 12"NOTE 1 I } j TRUNCATED DOMES SEE NOTE I, C.P.S. Y A V REQUIRED IF < 6-67°!. STD. DWG, 212-A A Q PER ADA STD FIG 3 NO. 31.23A W n W C 4" OVERCU7 a z a > EXIST 8" PCC CURB AND MONOLITHIC CROSS- 12.5% MAX. GUTTER (TYPI AT CURB NEW PCC SIDEWALK (INCLUDED IN BID PRICE FOR RAMP( CLOSEST EXIST JOINT IN SIDEWALK VARIABLE HEIGHT RETAINING TOP OF RAMP CURB. IF NECESSARY \ (ROUNDED( NEW SIDEWALK EXIST PCC CURB AND --� GUTTER (OF? MONOLITHIC CC ¢' oa ceaovcs CROSSOUTTER) ��_2/. MAX MATCH EXIST P it I .. .. MATCH EXIST GUTTERTHCKNESISI MIN _ I MAK/•�� �[ $ICEWALK _I y- } 4- OVERCUT SECTION A—A APPROX. 3/4' EXCEPT EXCEPT APPROX, W/2" RAM - ON SLOPING PORTION I/2" 45' OF RAMP GUTTER THE BOTTOM OF THE RAMP �:• I/4' SHALL HAVE A I/2' LIP AT 45• LIP DETAIL GROOVING DETAIL NOTE: SEE C.P.S. STD. DWG. 212A FOR GENERAL NOTES. I. PC. CONCRETE SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION, l6 SACK( CITY OF PAldvi SPRINGS APPRO/y/�,�D' DATE. DEPARTMENT OF PUBLIC WORKS CITY ENGINEER EER R.C289 El TYPE C DRAWN BY MVH ILE NO. STANDARDS CURB RAMP DETAIL CHECKED BY )WG. NO 7 I NO. I ISIONS 7TPPROVED I DATE CONSTRUCT REPLACEMENT SEC71ON TO MATCH EXISTING WITH A MINIMUM OF I' THICKER THAN EXISTING A.C. OR A MINIMUM OF 4' A.C. PAVEMENT OVER 6' AGGREGATE BASE. WHICHEVER IS GREATER. FEATHER NEW PAVEMENT TO MATCH EXIS7ING 6• CRUSHED AGGREGATE BASE TO SATISFACTION OF CITY ENGINEER I' THICK E-AR4000 OVERLAY 24' COMPACTED NATIVE MATERIAL aT 95% RELATIVE COMPACTION Ff—T MIN. sa �ti VERTICAL SIOE SLOPES / IREOUIREDI 2 EXISTING PAVEMENT TO I J SLOPE BE NEATLY SAW-CUT ON BOTH SIDES 9 SLOPED SIDES REOUIRE PERMISSION OF CITY ¢' I ENGINEER a ; If COMPACT NATIVE MATERIAL AT 90: RELATIVE COMPACTION TOP OF PIPE = COMPACT SPECIALY SELECTED MATERIAL 90% RELATIVE COMPACTION WHEN NATIVE MATERIAL IS UNSUTIOLE I" MIN. INSTALL 6' OF APPROVED IMPORTED BEDDING UNDER PIPE HAND EXCAVATE FOR BELL NOTES: I. PAVE WITH TEMPORARY A.C. IMMEDIATELY, 2. AC. PAVEMENT UP TO A- THICK SHALL BE PLACED IN I LIFT PLUS I- OVERLAY AND A.C. PAVEMENT OVER 4' THICK SHALL BE PLACED IN 2 LIFTS PLUS I. OVERLAY. BOTH OVER COMPACTED 6- CRUSHED AGGREGATE BASE" 3. FINAL I' THICK OVERLAY OF E.AR4000 SHALL BE 9- WIDE AND EXTEND NO LESS THAN 1' PAST TRENCH OPENING ON EACH SIDE. FINAL CAP SHALL BE INSTALLED USING BARBER GREEN OR EQUAL. a, REMOVE AND REPLACE EXISTING PAVEMENT BETWEEN TRENCH AND EDGE OF CURB. GUTTER. OR EDGE OF PAVEMENT IF TRENCH OPENING IS WITHIN T OF SAID CURB. GUTTER. OR EDGE OF PAVEMENT. 5. WHEN SHORING, SLOPING OR BENCHING, ALL WORK SHALL BE IN COMPLIANCE WITH STATE OF CALIFORNIA CODE OF REGULATIONS. CrrY OF PALM SPRINGS APPROVED: DATE: DEPARTMENT OF PUBLIC WORKS 28209 �:ITY ENGINEER R C E TRENCH AND PAVEMENT -RAWN BY S j C. FILE NO REPLACEMENT DETAIL ',ECKED BY o M R „__ Z 03 O m o R -0 BB' o '0n o m � 12' 32' 32' 12' -C o �, TI SIDEWALK - SEE C P.S DWG i STD. DWG NO. 210 ITYP1 m co m0 I _VARIES 1= S ES I PER ZONE < O O Z In _ 200 % dTYPICALI O v Ili O �`�\//\\/\\�/\\ \\ zi D �j/� j/��jX / /\\//\\/%\% \// Lf) \\i\\ice �\��\;�\��\\/�/ /�\� \��\/� CURB SEE C PS STD DWG 200 ITYP I y n m z Z1 NOTE: m { I. SEE C P S STD, DWG NO 110 FOR PAVEMENT STRUCTURAL SECTION. � Z m 2 FOUR - 12 TRAVEL LANES, TWO - 8' LEFT TURN LANE, NO PARKING OR AS APPROVED BY THE CITY ENGINNER. � s D O � � R � A z O Q C y < N f*1 O -I D — U CO D OCT-03-96 THU 12:46 OR(* PRODUCTS FAX NO. 9093-654 P. OI 6 1 a ® eiiMj t9 FA,Si 3;S{i{Y.± ,, ,'fta'. ea 3«f�}t •.li / 6" ..4•R9�11' ,3a6" _^asui° -_ •:::L. I 4.•0" 'i te; _ . #JI.,`ali`It 14. v�_ -t�J �1 [t•r / ♦tf iA! J4 r; 111 P9'• ll if Tl.Pe! ' x �.r:1.et i�� : _ -•Ii tf4euxrR-M nD S.GAIN 3.-2" `6/ MINIMUM EXCAVATION SIZE 3'-6"x 5'-2"x DEPTH REQUIRED. TOP SECTION. WT.=208 lbs. m FOR COVERS:SEE COVER AND NECKING SECTION, QD EXTENSION SECTION. WT.=331 lbs. STYLES B,E.F,&H. © BOTTOM SECTION. WT.-2,012 Ibc. 0 ILLUSTRATION IS TYPICAL ONLY OF GENERAL SERIES D O KNOCKOUT-VARIOUS SIZES AVAILABLE CONFIGURATION'FOR SPECIFIC CONFIGURATION.SEE ORDERING INFORMATION IN THIS CATALOG OR EQ KNOCKOUT-VARIOUS SIZES AVAILABLE CALL BROOKS PRODUCTS. QF SUMP-VARIOUS SIZES AVAILABLE © ANGLEFRAME DESIGN FOR H-20-44 BRIDGE LOADING. 2'-6"x 41-0"x MW AMPMPANAS/WAM • ASSEMBLY TO BE PLACED ON A 6"BASE OF CRUSHER RUN VARIABLE DEPTH AV AID,5WIWO,Wr v raooucrs FOR EASE OF INSTALLATION AND EVEN LOAD DISTRIBUTION, PULL BOX ^ MINIMUM HEADROOM-3-0". ADDITIONAL DEPTHS AVAILABLE IN 6"INCREMENTS BY USE OF EXTENSIONS. 09-07-95 �� TYPICAL HALF ROAD CLOSURE FOR MAJOR THOROUGHFARES 'L' Taper I "L' Taper I ROAD (See TABLE 11 IS. TABLE II LANE DETDU WORK AHEAD AHEAD AHEAD WI It (ANSSRI1CilOk L21 C 150 MIN e• noe I • ' Signs 00' to 500' apart Ue 1 __ _____ _ _____ -,_ -� _ _______o-^ _________ —c3> _ — l o_______ _____ / o F a 5 n KEEP KEEP Signs 00' to 50b apart. LANE --3,• coxs+��crwk RIGHT CLOSED y� ROAD01E0AUI swGLE F.A.S '\ RIGHI - � C30 se.6 a3 WORKANE AHEAD AHEAD oDol ormuia. e1„EGE11 AND NOTES - 16u nob II L21om ,it L•'S'X W for epe.tls of 45 m.ph of more. Leyte2 for Speedo of 40 m.pk of less • 28' CONE OR 42" DELINEATOR 60 TABLE I Wh.r.o ��DIRECTION OF TRAFFIC FLOW WRING CLOSURE APPROACH TAPER NUMBER SPACING Lc Mlnlmum I.nalh of lops. SPEED LENGTH OF CONES OF CONES r� SIGN ON AN ILLUMINATED BARRICADE S•Nom.ncal value pl Polled .pe.tl Ilmll IMPHI ILI FOR -.1 e ..re of 65 percentile speed prior to TAPER IFEETt TYPE I SOLAR FLASHING ARROW SIGN WWltllh o1 ouzel 25 125 6 20 F.A.S n -I,—. 30 180 9 20 1. All ..,nine signs shown for mrs cfomrs ° ADM Y 35 245 12 20 :nml b. 36" n 36' minimum 40 320 13 1 25 2 An aavnncetl Wormnq signs mr nlgnr crosaes shall be nl-In lenmfy or Illuminaletl 45 540 22 25 • No. C_23e31 3. All tl.11n.pterz shall be 28" Ingh mHimum pna shop I p.m31-99 50 600 24 25 be refiecletllea III accor0once vIih Callrans Slae STF/F CGTIVI� , 55, 1000 40 25 BATE. CifY OF PALS? SPRINGS CALIFORNIA N07 APPucABLE �' w TRAFFIC CONTROL DETAILS 1�—D I I/2 ROAD CLOSURE W/ 12 SINGE LnNES j 013 �9 12—D-013 CITY OF PALM SPRINGS DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION Appendix 6 - Special Drawings and Lists Annual Curb and Gutter Repair Project CITY PROJECT NO. 95-13 & 95-14 Location Description List Curb and Gutter Repair Bartiso and Belardo Cross Gutter Repair and Splash Pad Construction Indian Cyn. & Garnet Ave . CITY PROJECT NO 96-18 Annual am and Gutter Repair Project PART III -- APPENDICES Monde ,3 March 1997 APPENDIX B - PAGE 1 D Z m O z MILO DRIVE JANIS DRIVE VISTA _ DRIVE r O Z 0 3A1a0 Ow�31da D o p 9� Z LEONARD ROAD o � r I n C t\ O G :D D TUSCAN ROAD o VIA MONTE VISTA v' O OASIS ROAD , '' SAN RAFAEL PLACE I 31 z i � G MOLINO ROAD Ck� CAME LLIA 34' Lu CARN TION o MMS ROA T o SIMMS ROC::A 32 LINDSEY DRIVE cn POPPY ST w LILY ST o > Q w O 0O > a 2 � o Ld a z Q DAISY ST w FRANCIS ROAD 3 LAUREL CIRCLE , o SYCAMORE CIRCLE Q 0 ' z Q DESERT WILLOW CIR oQ O z DESERT HOLLY CIR Q L I - I 2 OF 15 0 o 0 0 w Of FRANCIS ROAD 14 0 SUNAIR ROAD ADO E Z WAY i j o LU JANET CIR j ` NA R LUNA WAYelf z 33 4 4 x Y C GRACE R r G > CIRCLE u U 5 a GARDEN ROAD PADU o WAY i 7 6 RACQUET CLUB ROAD :ER DRIVE a PAJARO D DELGADO RD w (n a : z DURO CIR � LARGO � W Q O w c� Q o D I o CIR = 4XANDER WAY o a Q 12 ao ¢ EST 0 LIN Of m 11 o o R R 0 0 � g ¢ FUE E MADERO m o m ct IR CIR o w VIA ESCUELA EL CONQUISTADOR ROSARITO WAY 3 OF 15 0 p O m n r ROAD m BAHADA ROAD r r m CALICO ROAD LANE CHUPEROSA ROAD D n fJ c CYPRESS ROAD A ROAD EAST a 9 00 ROAD NORTH c� r ROAD WEST o m D m 0 m cMAGNOLIA ROAD D rm o co O r co ;o VICTORIA P.D oa o p m o o o g o D p � D 0 PGP P RO D EAST , — FARRELL DRIVE NORTH FARRELL DRIVE 0 ROAD �L9T(c m ' J U , F � OLLI U Z U F- Q Z U W Q N Z F 2 3 ARNICO STREET W z w 46 i VISTA CHINO (SR111) i I PASEO BARBARA � )RTE I q F 1 i I ! I OP R CAMINO ROJOS P O i I,� -Al GG�C CHIA ROAD I I LA CAMPANA WAY i 5 OF 15 PASEO DE ANZA 30 03SHd CALLE ROLPH NORTH m o r CALLE MARCUS NORTH m z c m SUNRISE WAY T i BUTTON WILLOW �D v CAI i CIR m o BI-SKRA--ROAD CIBOLA CIR m r CERRITOS � ROAD NORTH CALLE LORO rn 0 CAMINO CONDOR Pi -- --------------------------------------- --- ARQUILLA i I i n I D r r o D I o HERMOSA DRIVE X NORTH o y S i v PLAZA I p N z PASEO DE D p CALLE ROL z I D CALLE MAR• SUNRISE WAY i i LUJO CIR LURING < m N -n r,' C() ; O I SATURMINO DR N SATURMINO CIR �� . - SATURMINn- -- - -- - - -- �' -- - -- - -- SUNRISE WAY D m m z IV > LURING O� o SATURM 3ATURM --DR—N -- SATURMINO DRIVE SOUTH < PVEN�o F EA/ D r r- S a0 o uD D ----------------------- mm in i-m SOil22 DR N O o DD CERRITOS m m 3N 80 S0118830 O > ERRITO C z x DR S� o C� MICHELLE ROAD D o DEBBY DRIVE C m D z DEBBY DRIVE y m i SUNSET OD BURTON i i ORCHID TREE lMONTEREY FARRELL DRIVE NORTH z JILL CIR 8ONSd3 b10 o LYN CIR • 0 y -�i LESLIE o CIR MO_RSUN A CIR LOUEL D N Drri c� D < < C� n SYBIL RD o o HELENA m 00 CIR r`' m AIRLANE DRIVE i Hinos 3AIdCl DIAID O l 0 � O HlnOS GVOb OION31Vd ?ABLO a LUGO ROAD > m O D MONTE VISTA DR < o MUS m a H1f10S avo8 Vl-lIf1HV0 --F Hinos OV08 OoaVl38 o -------------- `, to 50\, CALLE NO c _ z LO z CALLE ENCILIA S CALLE O ENCILIA r-k'NORTH O O CALLE SANTA ROSA cn - -- - - - - - - - - - - --- - -- - --- - - - - - - -- --- - - - - LWARM CAMINO o PRIMROSE = > ¢ CAMINO z cn =p a AMAPOLA j J W J J PAROCELA PL o a z -� < of z O SANDS CT m ui f �- =S 3 ROA WEST' N z O O SAN LUCAS = o ROAD 37 39 RIVERSIDE DRIVE NORTH 40 ' RIVERSIDE DRIVE SOUTH SAN LORENZO ROAD MESQUITE AVENUE . . I �O CACTUS DRIVE a _ > OCOT LLO AVENU 11 OF 15 AIRPORT CENTRE DRIVE 22 ROMAN ROAD i CALLE DE RICARDO a CALLE DE CARLOS w o -j > PAROCELA ui -94 Z CAMINO SAN SIMEW o z z w p � aU U J CAMINO SAN w MIGUEL -' 23 SUNNY DUNE j J W CALLE SAN ANTONIO 2 CALLE SAN RAPHAEL 2 5 p cn w PASEO LUISA a �P o }p )9 yS 61 -' Tq F' 9 9 4 MESQUITE 12 OF 15 OCOTILLO AVENUE MORONGO ROAD J-j ILTMOREOPLACE SONORA ROAD wo 4 2PALMERA AVENIDA o Q Q J > N AVENIDA HOKONA a Q a � AVENIDA z i � J OLANCHA Q W 2 �P Q w I w z _ J \Q ORTEGA c4i 43 EAST PALM CANYON 41 TWIN PALM5 i ro D w > AF � a J AQUANEfTA a z D CIR > 0 W U Q p J J U LA 13 OF 15 - D -O - -- - --—-- v- -- - ---- - - -- - - -- - - - O APACHE CIR r? PALOMINO � D O X z z O CALIENTE RD z PINTO RD ; X m O Nd o ARQUILLA RD o MANZANITA DRIFTWOOD I I_FN F_ Rn VIA AGUILA > �J CALLE DE - - z TREE p PASEO DE z J U fl Q x a d m z SAGEBRUSH ROAD m z_ pp� 9� CALLE ROLPH SOUTH � pC y / O CALLE MARCUS SOUTH. j D O cri i I I� i i ALTA LOMA DRIVE i I o ORELLA CIR CAMBRIDGE CT N I LOS POSAS CIR CAMBRIDGE CT S SONORA ROAD i i I 27 VERA CRUZ qRD LOMA VISTA CIR GOLONDRINA WAY w z z A D J Oi w SAN MARTIN CIR ALONDRA WAY Ov o m j GUADALUPE RD CAJON CIR LAS PAMPAS AVERY DRIVE I ANZUELO CIR EL GAUCHO CIR; i I E COBA DRIVE i 15 OF 15 Locanon vescription i,ist . NO Location Limits Repair Needed 1 N. Acacia Road E. @ West Side Remove curb and gutter, Construct 2- Hudson Road Spandrels and 36' of Cross Gutter. 2 Powell and Farrell S/W Corner Remove and replace Curb and Spandrel. 3 Aurora Dr and Luna Cr N.W. and S.W. corner Remove damaged Curb and Sidewalk and construct new H.C. Ramp 4 Aurora Dr and Gem Cr N.W. and S.W. corner Remove damaged Curb and Sidewalk and construct new H.C. Ramp 5 Aurora Dr and Padua Wy S.W. corner Remove damaged Curb and Sidewalk and construct new H.C. Ramp 6 Aurora Dr and Racquet S.W. corner Remove damaged Sidewalk and Curb Club Frontage Rd and AC Pavement Return and construct new H.C. Ramp. 7 Ave Caballeros Frontage S.E. corner Remove and replace Rd and Racquet Club Curb Return Frontage Rd. 8 Ave Caballeros Frontage N.E. corner Remove damaged Curb and Sidewalk and Rd and Via construct new H.C. Ramp Escuela 9 Aurora Dr and Pajaro Rd N.W. and S.W. corner Remove damaged Curb and Sidewalk and construct new H.C. Ramp 10 Aurora Dr and Estio N.W. confer Remove damaged Curb and Sidewalk and Circle construct new H.C. Ramp 11 Aurora Dr and Fuerte Cr N.W. and S.W. corner Remove damaged Curb and Sidewalk and construct new H.C. Ramp 12 Hermosa Dr and Lindo N.W. corner Remove damaged Curb and Sidewalk and Cr construct new H.C. Ramp 13 Aurora Dr and Francis Dr S.W. corner Remove damaged Curb and Sidewalk and construct new H.C. Ramp 14 Aurora Dr and Adobe N.W. and S.W. corner Remove damaged Curb and Sidewalk and Wy construct new H.C. Ramp 15 Racquet Club and Janis South side Construct 33' of new Cross Gutter from Rd SW B.C.R. to SE E.C.R. 16 Cerritos Rd and Tachevah S.W. corner Remove damaged Curb and Sidewalk and Dr construct new H.C. Ramp 17 2125 - 2183 Pas eo Gra.. Sta. 1+00 - 3+00 RerWe and replace 200' of Curb and as marked on top of Curb Gutter 18 Andreas Rd and Louellla S.W. corner Remove damaged Curb and sidewalk and Rd construct new H.C. Ramp 019 Calle Encilia and Arenas East side Construct 30'+/- of Cross Gutter from Rd the SE corner. 020 Sunrise Wy and Alejo Rd both sides' Construct new Splash Pads Std. Pin. No. 206. 021 Tahquitz Canyon Wy and North side Remove and replace depressed portion of Hermosa Dr Cross Gutter 022 Ramon Rd and Pasco North side Construct Splash Pads Dorotea 23 Calle Santa Cruz and S.E. corner Remove and replace Curb Return and Sunny Dunes Rd I spandrel. 024 Calle Santa Cruz and S.W. corner Remove damaged Curb and Sidewalk and Calle San Antonio construct new H.C. Ramp 25 Calle Santa Cruz and S.W. corner Remove and replace Spandrel and Cross Calle San Raphael Gutter. 26 Sunrise Wy and Baristo East Side Remove and replace damaged Cross Rd Gutter, Spandrels and Curb Return. Construct Splash Pads Per Std Pin 206 027 Sonora Rd and Beverly West side Remove and reconstruct cross gutter Dr and construct splash pads for eastbound and westbound traffic. 028 Across the street from East side', Remove medium size tree, incl roots. 1990 Chuperosa Rd. Remove and replace 30' of Curb and Gutter. 29 Starr and Francis S.E. Corner Remove Curb Return and Sidewalk. construct HC Ramp. 30 Davis and Francis N.E. Corner Remove Curb Return and Sidewalk. construct HC Ramp. 31 Starr and Molino S.E. Corner Remove and replace Curb Return and HC Ramp. 32 Simms and Starr N. W. Corner Remove and replace Curb Return and Ramp 033 Grace and Ave. N.W. & S. W. Corners Remove Curb, Gutter and Sidewalk. Caballeros Construct new H.C. Ramp 34 Sunview and Simms N E Corner Remove Curb Return and Sidewalk. Construct HC Ramp. HO3 Sunrise Way and Chia N E Corner Construct new Cross Gutter 36 Sunset and AndrelF S E Corner Move Curb Return and Sidewalk. construct HC Ramp. 37 Baristo and Belardo SW Corner Remove and replace 12" Curb Return and sidewalk. Construct Ramp per plan. 38 Baristo and Cahuilla NW Corner Remove 12" Curb and construct H.C. Ramp. 39 N. Riverside Dr. and West Side Remove Curb Return and Sidewalk. Hermosa East Construct HC Ramp. 40 N. Riverside Dr. and East Side Remove Curb Return and Sidewalk. Hermosa West Construct HC Ramp. 41 E. Palm Canyon 300' east South side Remove and replace 150' of Curb and of Camino Real _ Gutter. 042 Via Soledad and Palmera Center of Street Construct 11' of Ribbon Gutter. 43 Camino Real and East SE / SW Corners Remove Curb Gutter and Sidewalk. Palm Canyon Construct H.C. Ramp. 44 Calle Rolph and East SE Corner Remove Curb Return and Sidewalk. Palm Canyon Construct HC Ramp. 45 East Palm Canyon @ Intersection Reconstruct Down and Under Facility per Call Palo Fierro plan 46 Vista Chino North of East Side Remove Curb and Gutter and construct Gene Autry Trail Bus Turn-out per plan. 47 Mesquite Way fr Demuth South side Construct Curb Gutter and bike path per Park west parking lot east plan. to exist. C &G •48 Indian Canyon @ Garnet West side Remove Cross Gutter, N.W. Spandrel and Ave. Construct new Cross Gutter, Spandrel and Splash Pads. =A ternate Bi Sc ie u e Location. NO. REVISIONS APPROVED DATE BARISTO ROAD IP.C.C.Ilet, — — I EXIST. 12" CURBI RETURN. to, REMOVE EXISTING SIDEWALK AND CURB. CONSTRUCT RAMP AND SCALE: NTS CURB RETURN. EXIST. 12" CURB. SAWCUT LINE EXISTING SIDEWALK / TO REMAIN. 10.00' GRASS AREA ` CONSTRUCT NEW 12" I I ' 1 n I I CURB PER DETAIL HEREON I I I I I I I vlUl I I I O I i I o I EXIST. BAY PARKING I 0 I I Q I I I I I I 4. RAMP I I I I I j. 2% I I EXIST. DEPRESSED C&G--I I I I I BARRIER CURB CRY OF PALM SPRING APPROVED: DATE, DEPARTMENT OF PUBLIC WORKS 28931 CITY ENGINEER R.C.E. Curb and Gutter Repair DRAWN BY: RBJ C -95-13 i 95-14 Intersection of Baristo and Belardo CHECKED BY:DJB DWG. NOSPECIAL DWG MIe.6\ufERS\fNp\• (,'$\YJ.1.\SPR Lp1y0 NO. REVISIONS APPROVED DATE I� I I II I II I II I I ! I ID I II I II J s i s I r - - — — — — — — — — — — — 81 GARNET AVE. z Q� a NOTES IQ SAWCUT AND REMOVE AC PVMNT. AND P.C.C. ® SAWCUT AT BASE OF CURB. I I CONSTRUCT NEW SPANDREL. CROSS GUTTER � I AND SPLASH PADS USING 8' THICK I 650-C-4000 P.C.C. AND IN ACCORDANCE WITH i I CPS STD. DWGS 200 8 206. C" OF PALM SPFWal APPROVED: DATE: DEPARTMENT OF PUBLIC WORKS CITY ENGINEER 289 R.C.E.1 INDIAN CYN. AND CARNIFT AVE. DRAWN BY: RBJ CROW ' ER SPANDFIEL AND 3H PAD FEPAR CHECKED BY:D JB DWG. NO. IND GAR.DW .1� Ji .t ( t ��i=i►=itii�i!idi�'rM ilk, '•*+ w�.�-.�,}�►�=►tea ►.§J..Q.....lr.1,.O.b.�►.Iri ►♦ i'f W pal '�i►���►i1►�w�a1i! §.. iiir�i�►i�17�1L+i�.t..i�..-,.w.��►..1► Ogg 015 IN SENSORS p r IN MAIN MA rAl 11 ► fir►R_f�I 1. . �. : rr =prWr=7r1' :510 ���=a: . t�.�.. .. `�� ,• �.►. ►'ems, i I i f SHT }48 t �c SHT. I SHT. 4 � r DI _ a SHT. 5 SHT. 5 VISTA CHINO ROAD 0 z SHT. 6 as U 1 0 IM CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Aug 15, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: One (1) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 161-320-0491-7594 Agr.# 3796 M.O. # 5948 Res. # A. CHANGES IN WORK: Increase to Contract Bid Item: A. Additional sidewalk work along north side Ramon Road, east of Calle El Segundo B. CHANGES IN CONTRACT COST: Increase to Contract Bid Item: A. Additional sidewalk work along north side 1,912.5 SF @ $1 .886F $ 3,595.50 Ramon Road, east of Calle El Segundo TOTAL NET CHANGE ORDER = $ 3,595.50 C. REASON FOR CHANGE: 55 The Street Maintenance Division is recommending to construct/sidewalk along the north side Ramon Road, east of Calle El Segundo, to tie into an existing handicap ramp and existing bikepath. This cost is to include raising three (3) water meter boxes and traffic control and not to exceed $3,595.50. NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. D. SOURCE OF FUNDS: Funds are available in account number: 161 IC0PP D9R hP94 $ 3,595.50 Summary of Costs Contract Time Original Contract Amount: $ 146,146.40 Original Completion Date: Aug. 25, 1997 This Change Order: $ 3,595.50 Days Added for this C.C.O.: 0 Previous Change Order(s): $ 0.00 Previous Days Added: None Revised Contract Amount: $ 149,741.90 Revised Completion Date: Aug. 25, 1997 I have received a copy of this Change City Approval: ! Order and the above AGREED PRICES are acceptable to he contractor. Submitted Date Field Eng in Supervisor By Approved By ' `z Date City E e r Title �d C� G� Approved by �1 Date �1 Directo Trans or Date Approved by ate 4=7Qity M5nager Distribution: Original Conformed Copies Conformed-File Cou Engineering (1) Engineering File 11) Finance (1) Engineering Field Inspector 11) Contractor (1) Engineering Field Supervisor 11) City Clerk (1) Purchasing Agent (11 3 /- CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Aug. 28, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: Two (2) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 133-320-0298-7595 Agr.# 3796 M.O. # 5948 Res. #_ A. CHANGES IN WORK: Increase to Contract Bid Item: 1. See attached Alternate Bid Schedule - Exhibit A 2. Drain problem @ Tachevah Drive and Ave. Caballeros 3. Additional sidewalk work for Bid Item 15, Alternate Bid Schedule, Indian Cyn. & Garnet Ave. 4. Additional cost for construction scheduling to incorporate Alternate Bid Schedule B. CHANGES IN CONTRACT COST: Increase to Contract Bid Item: 1. Alternate Bid Schedule - Exhibit A See Attached $ 38,081.06 2. Drain problem @ Tachevah Drive & Per Bid Items remove: Ave. Caballeros 60 LF AC Berm @ $2.15 $ 129.00 180 SF, 3' wide, 4" AC $ 145.80 @ $0.81 Per Bid Items construct: 60 LF 6" C & G @ $1 1.83 $ 709.80 60 SF, 1' wide 4" AC $ 258.00 @ $4.40 3. Additional sidewalk work for Bid Item 15, Per Bid Item remove: Alternate Bid Schedule @ Indian Canyon and 214 SF, variable width $ 344.54 Garnet Ave. sidewalk, 2.5' to 10' @ $1.61 Per Bid Item construct: 214 SF, variable width $ 402.32 sidewalk, 2.5' to 10' @ $1.88 4. Additional cost for construction scheduling Agreed Lump Sum $ 1,500.00 to incorporate Alternate Bid Schedule TOTAL NET CHANGE ORDER = $ 41,570.52 C. REASON FOR CHANGE: Street Maintenance Division wishes to utilize the 97/98 Damaged Curb and Sidewalk Repair funds at this time to take advantage of the bid unit prices and are recommending to proceed with the Alternate Bid Schedule submitted by the Contractor, Mojave Equipment Co. Also, they are recommending A) To remove 6" AC Berm and replace it with 6" Curb and Gutter due to a drain problem @ the NW Corner of Tachevah Drive and Ave. Caballeros, B) To remove and replace sidewalk for Bid Item No. 15 of the Alternate Bid Schedule @ Indian Canyon and Garnet Ave, per the Signal Maintenance Division due to three (3) signal pole knockdowns in the last year. The Signal Maintenance Division will be responsible for the underground work, furnishing, relocating, modifying and installing the traffic signal system and C) Additional cost for construction scheduling to incorporate the Alternate Bid Schedule. The City will add twenty-five (25) additional days to the contract for the above work. NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. D. SOURCE OF FUNDS: Damaged Curb and Sidewalk Repair Gas Tax account number: 133-320-0298-7595 = $ 41,570.52 Page 1 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Mojave Equipment Company, Inc. Date: Aug. 28, 1997 P.O.Box 458 Project No.: C.P. 96-18 Apple Valley, CA 92307 Project Name: Annual Curb & Gutter Repair Change Order No.: Two (2) Attn: Tom Riggio - Project Manager Contract Purchase No.: 706641 Account Number: 133-320-0298-7595 Agr.# 3796 M.O. # 5948 Res. # Summary of Costs Contract Time Original Contract Amount: $ 146,146.40 Original Completion Date: Aug. 25, 1997 This Change Order: $ 41,570.52 Days Added for this C.C.O.: 25 Previous Change Order(s): $ 3,595.90 Previous Days Added: None Revised Contract Amount: $ 191,31.2.82 Revised Completion Date: Oct. 1, 1997 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES p tEngi are acceptable to the contractor. Submitted � Date9-�4-97 DField e r ng upervisor ! By_ 4 .((/l ( Approved By Dates I.f147 City Engineer Title �a�n y,=c i 7✓ Approved by a Datell� Director f T Iran o tion Date � / i/e Z Appr ed by ;on City Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File 11) Finance (1) Engineering Field Inspector (11 Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) G'�v� )';`1` UvC //9 37�ro Page 2 of 2 ALTERNATE BID SCHEDULE Schedule of Prices For the Construction o the: Annual curb and Cutter Repair Prof ct CITY PROJECT NO. 96-18 f In Palm Springs, California I Exhibit "A' tam vescr*don ZMWA Yd unit elite �M "ke 1. Traffic Control •.. LS S 8 2. sawcut and Remove Curb and cutter 124 LF S S 3. Construct 6'Curb and Gutter 124 LF 5 1 1 _ 3 S 1 466 - 4. sawcut and Remove P.C.0 Sidewalks/Ramps 810 SF S--I—.fi] S S. Construct P.C.C.sidewalks/Ramps 810 S.F. S 1 _ RR 5 6 SaWCUt and Remove Cross Gutters 411 S.F. S 1 .99 S Al 7 _ 8 7. Construct Cross Gutters 507 S.F. S 3 .76 5 1 .906 .3 S. , sawcut and Remove 6-Samer curb '1143 LF. S ' 7,� 1 S S 9. Construct tr earlier Curb 99.5 LF. S_LDr15 S 10. sawcut and Remove Spandrels 538 S.F. S 1 99 S 11. Construct Spandrels 538 S.F. S S 12. Construct Splash Pads 1639 S.F. S 4 _n 3 S 1 13. sawcut and Remove A C Pavement 2373.3 S.F. S - 8l 5 14. Install A.C Pavement 750.3 S.F. S 4 7 r1 S 15. Remove and replan crossqutter and spandrel and construct splash pad 0 Indian C2nyon i LS. and CametAve. 57 �1 0 00 5 7�i1 fl 0 TOTAL OF ALL ITEMS OF THE ALTERNATE BID SCHEDULE S 38 ,081 .06 arke In rlWn.l Thirty eight thousand eight one dollars & 0 100 mm�In wm+r CRY FRaECTW1e UNIT PRICE BID SCHED LE AYY.r C".W GwW R.P.r Platy BID FORMS - PAG 4 P.IdW,131Y. 194r 6-03-1997 2: 16PM FROM MOJAVE EQUIPMENT CO 619 243 3247 P. 2 CERTIFICATE OF INSURANCE'S THIS CERTIFICATE ISSUED TO THE OWNER/AOVRS LISTED BELOW DESIDNATED BT TNR CONTRACT WITH THE INSURED NAr ofaveE ' Q.P INBRED C.On"lpany INSURANCE COMPANIES AFFORDING COVERAGE .OMP„Nr A Northbrook Property & Casualty Box 458 B Reliance Special Risk C California Indemnity Ins, Apple Valley, CA 92307 D TYPE OF-ORK PERFORMED AND LOCATION POLICY LIMITS OF LIA6ILITY IN THOUSANDS(e1000) u_ TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY B Inalr,mnd SIT267 24 30 6/1/98 eoeILYINroi $ s ZE L031ON M'O CCLUyBE PROPERTY Orvi $ Y' hJ UNOEROROUND DNM0GC ®I�I PR JAATa,GOMPLETEO oPENfinObo Y L;.J CnryiPACTL1Al INEVRANCE © 9ROAO FORM PPaPCR'fY INNA¢E AND PY INJURY ® ROPEl ,NOEPENOENi COMPMTOR'i DAMAGE s 1,000, 000, PERSONAL INJURY PERYJNAL INJURY S CDMPREHENSIVE AUTOMOBILE WONLY INJURY LIABILITY LncN Pf.RsoN f Including A R] .W ED CA 0674963 6/1/98 mN ADcmENT 5 3 HIRE. nION.oWNEO PROPERTY¢•rMPGE 5 ❑ M.T.K'fai ACT Pl,PLV INJURY ONA OECOM LO S 1 000 EXCESS LIABILITY S.DILY INJURY Inr,IVdmg M.PR9nCRYY ❑ EMPLOYER'S UI IUTY PANAGP COMONED 5 WORKER'S COMPENSATION �Tp/ln O arAnn.µv C FMPLOYER'SLIABILITY N8049723A 6/1/93 b 1,000, uoENp NN{ryOR WORHERa aT"i ADDITIONAL INSURED ENDORSEMENT --CITY OF PALM SPRINGS Tho undelaipi riiindlne lm,{ha or she is the repmaanlPtrvn of Pm aLvvo-named Imuni comparaas,Thal he or she hex iM Authonry to e.aruls Rne haul h"cnnlfw t,lu C"it lr Poll and accufdmoly,am,,Ihmil cuLf,on behalf Ot Paw .Jiror,i,a companies Ipel polmliw of msuanoe listed ebov.Jr,, to Iha Insured nPm-d Rbova eI Id am rl Inn n A this Lroe NoWithalendlnp any oeq,t emend,la"r a,Aodmoa 61 any COlnlfacl Or other do[umaOl With respaO to Nhiph this cerLllcale may be 1JP..o or may pvrlam, hI,nq Uryncn elydraed by No pnecios doscnbaa herein is auolecl to It iho terms,e%ciuelons,and condrlrons Of Such R0110e5 CPryps of Ina Rollcroa ehJWn Will be Wmishod to Pm Cod Jlcnlr nNder nPon roquu31 " This Coal dove not amend,..Sand,or alter tha[."ev fowed by Iho pollClae Ilefad cnncollallon Should any of 1hO obovo daScrtbad poimiee bn eomoolled before the eXp mfl.n dmR IharaM,Pie i9amrig company will mail 30 days wrinan riPtICP to thin balnW-named cehibcata holdar Pil CIE..iNOSADURESC.OFiHD01•FIj,2NAkJ�V,.G,. [.'ED DATE ISSUED June. 3 1997 P 0 Box 2743 tilNi,lr.JS BY jaz W Palm Springs, CA 92263-2743 77 L5OT'ClCl,,r Dif......41bu Palm TkaaPrt CA 929,11 CITY PROJECT NO R5-1e CERTIFICATE OF INSURANCE Annual Curb and Dollar Repair Project Thnr.day 20 FalJrr,ary 7997 AGREEMENT AND BONDS - PACE 6