HomeMy WebLinkAbout06606-1 - BACK NINE GREENS INC CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT DOC # 2015-0082727
03/03/2015 10:28A Fee:NC
Page t of 3
Recorded in Official Records
County of Riverside
Recording Requested By: Peter Aldana
Assessor, County Clerk & Recorder
I IIIIII IIIIIII IIII IIIIII IIIII IIII IIIIII III IIIII IIII IIII I
When Recorded Mail To: S R U PAGE SIZE DA MISC LONG RFD COPY
Name: City of Palm Springs /
Street Address: 3200 E Tahquitz Canyon Way
Attn: City Clerk M A L 465 426 PCOR NCOR SMF NCHG EXAM
City&State: Palm Springs,CA 92262 Jtt^;
r: CTY UNI J r
NOTICE OF COMPLETION C_1
(CA Civil Code §§ 8180-8190, 8100-8118, 9200-9208) 1, 7
NOTICE IS HEREBY GIVEN THAT: P l
1. The undersigned is an owner of an interest of estate in the hereinafter described real property,the nature of
which interest or estate is: Fee
2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co-
owners are:
Name Street and No. City State
City of Palm Springs,3200 E Tahquitz Canyon Way, Palm Springs,CA 92262
3. The name and address of the direct contractor for the work of improvement as a whole is:
Back Nine Greens, Inc., 77760 Country Club Dr, Suite C, Palm Desert, CA 92211
4. This notice is given for(check one):
6�! Completion of the work of improvement as a whole.
7 Completion of a contract for a particular portion of the work of improvement(per CA Civ. Code
§8186).
5. If this notice is given only of completion of a contract for a particular portion of the work of improvement
(as provided in CA Civ.Code §8186),the name and address of the direct contractor under that contract is:
6. The name and address of the construction lender,if any, is:
Not Applicable
7. On the 17" ay of January ,2015 ,there was completed upon the herein described property a
work of improvement as a whole (or particular portion of the work of improvement as provided in CA Civ.
Code §8186)a general description of the work provided: Cerritos Field Infield Replacement
and Lighpole Relocation Project
8. The real property herein referred to is situated in the City of Palm Springs County
of Riverside State of California,and is described as
follows: APN:502-200-001,5.3 Ac. In Por. Of Lots 25&26 Palm Valley Colony Lands MB 14/652, San
Diego County Records
9. The street address of said property is:
Corner Pavilion Way and Baristo Road, Palm Springs,CA 92262.
10. If this Notice of Completion is signed by the owner's successor in interest,the name and address of the
successor's transferor is:Not Applicable
I certify(or declare)under penalty of perjury the laws of the State of Califo hat the foregoing is true
and correct.
Date: February 19,2015 By:
Signature of Owner r Owner's Authorized Agent
Marcus Fuller,Assistant City Mana erg /City Engineer
Print Name
VERIFICATION
I, Marcus Fuller ,state: I am the Assistant City Manager/City Engineer ("Owner",
"President", Authorized Agent","Partner",etc.)of the Owner identified in the foregoing Notice of Completion. I
have read said Notice of Completion and know the contents thereof;the same is true of my own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed on February 19 12015 (date),at Palm Springs City), CA (State).
-,Y16A en,
Signature of Owner or Owner's Authorized Agent
A Notary Public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached,and not the truthfulness, accuracy,or validity of that
document.
STATE OF CALIFORNIA
COUNTY OF RIVERSIDE
On (date),before
me otary Public (name and
title of officer)personally a at
who proved to me of satisfactory evidence to be the
person(s)whos re subscribed to the within instrument and
acknowledged at he/she/they executed the same in his/her/their
oft zed c ity(ies), and that by his/her/their signature(s) on the
t the person(s), or the entity upon behalf of which the
e n(s)acted, executed the instrument.
I, certify under PENALTY OF PURJURY under the laws of the State
of California that the foregoing paragraph is true and correct.
Witness my hand and official seal.
Signature
IIII II I I I IIIIII I I II I III III II I I III A Tr(.cF„PI INLc'H
f
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California I )
County of (`Z(JL�3td•C. )
Onft&a&" tt &15 before me, _ ni 4,r 4 ec A)e son , A/o�arw Pw6ls G
ate Here Insert
N me and Title of the Offio
personally appeared MarU/ 5 LU r
Name(s) of Signerls)
who proved to me on the basis of satisfactory evidence to be the personol whose nam is/Vd
subscribed to the within instrument and acknowledged to me that he/s /th0y e executed the same in
hismr/t r authorized capacity(XI and that by his/W/tF fF signature(pJon the instrument the person0,
or the entity upon behalf of which the persontK acted, executed the ir(strument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
JENNIFER LEE NELSON WITNESS my hand and official seal.
Art Commiaslon s 20il
Notary Public-CaNfornia
Riverside County Signature
Comm.Noires Jan 11 2019 Si ature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document -- /I
Title or Type of Document: IVY' ic_e. cmd 7fea� Document Date: /Z da/S
Number of Pages:3 ignenjo Other Than Nam b Above:
Capacity(bes) Claimed igne s)
Signer's Name: Signer's Name:
rl Corporate Officer — Title(s): ❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact
Trustee ❑ Guardian or Conservator ❑Trustee ❑Guardian or Conservator
❑ Other: ❑ Other:
Signer Is Representing: Signer Is Representing:
02014 National Notary Association -www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907
IIIIII IIIIIII IIII IIIIII IIIII IIII IIIIII III IIIII IIII IIII r 1 �F f 3 nLCRF
CHANGE ORDER NO. 7
PROJECT TITLE: Cerritos Field Infield Replacement and Lightpole Relocation
Project
IFB #: 15-04
CONTRACT NO.: A6606-1
CONTRACT DATE: 11-20-14
CONTRACTOR: Back Nine Greens, Inc.
The following changes are hereby made to the Contract:
# Item Cost (Credit)
Substitute original specification of Crumb Rubber infill with Nike Grind infill
Total $7,000.00
JUSTIFICATION:
Due to recent reports and concerns about the use of Crumb Rubber on athletic fields the City
Council authorized the substitution of that material from the original bid specification with Nike
Grind infill. See attached specification revision.
CHANGE TO CONTRACT AMOUNT
Original Contract Amount: $218,000.00
Current Contract Amount, as adjusted by previous Change Orders: $218,000.00
The Contract Amount due to this Change Order will be changed by: $ 7,000.00
Contract Amount due to this Change Order will be: $225,000.00
CHANGE TO CONTRACT TIME
None.
Approvals Required:
To be effective, this Change Order must be approved by both Back Nine Greens, Inc.
and City, unless otherwise permitted under the terms of the Contract.
t
Recommended by �( date
City's Representative
Ordered by date
City Mang r
ATTEST: date 11 to Z04
City Clerk
Accepted by date-, 20
/071
Back Nine Greens, Inc. acknowledges and agrees, on behalf of all subcontractors and all
suppliers, that, except as provided above, the stipulated compensation provided for in this
Change Order includes payment for all work contained in this Change Order, plus all payments
for interruption of schedules, incremental extended overhead costs, acceleration costs, delay and
all impact, ripple effect or cumulative impact on all other work arising out of, or related to, the
work that is the subject of this Change Order. In addition, Back Nine Greens agrees that this
Change Order comprises the total compensation due Back Nine Greens, and all subcontractors
and all suppliers, for the work or change defined in this Change Order, including all impacts
arising out of or related to this Change Order, including all impacts arising out of or related to this
Change Order, including any time-related issues.
APPROVED BY CITY MANAGER
tA� 4L
2
November 20, 2014
I
BA FENS
Residential or Commercial•license#793791"Bonded&Insured
Corporate Office:75061 Mediterranean Or,Palm Desert,CA 92211 Billing:P.O.Box 5418,La Quinta,CA 92248-5894
Phone:760-345-8008,Toll Free:800-583-6619,Fax:760-345-5894
iM Vto4KnftArepa com,WWww acknlneareon3 com
Modification to Initial agreement for Cerritos Field Project.
The following is a change to the original specifications and cost:
Infill of turf will be changed from a mix of 2lbs sand and 2lbs crumb rubber per square foot to a
mix of 3lbs sand and llb Nike Grind.
Due to the material change there will be an increase in cost of$7,000. This will take the total
project cost from $218,000 to$225,000.
Thank you,
Mike Hall
Executive Director of Field Development
Back Nine Greens
SECTION 02796
SYNTHETIC GRASS
PART 1 — GENERAL
1.1 SUMMARY:
1.1.1 Section Includes: Synthetic grass for the infield area as indicated on the Drawings.
1.1.2 Related Documents: The Conditions of the Contract and the Special Provisions for
this project apply to this section as fully as if repeated herein.
1.2 SUBMITTALS:
1.2.1 Product Data: Submit manufacturer's product data indicating materials, application
procedures, colors, other pertinent data.
1.2.2 Submit manufacturer's Care and Maintenance instructions.
1.2.3 Submittal procedures are specified in Section 10 of the Special Provisions.
1.3 QUALITY ASSURANCE:
1.3.1 Applicator Qualifications: A firm which has specialized in installation of types of
synthetic surfacing specified for not less than 3 years and which is acceptable to manufacturer
of synthetic surfacing materials.
1.3.2 Synthetic Surfacing Materials Manufacturer Qualifications: Obtain synthetic
surfacing materials of type specified from single manufacturer with not less than 3 years of
successful experience in supplying synthetic surfacing materials.
1.4 DELIVERY, STORAGE, AND HANDLING:
Deliver materials in the original containers bearing the name of the manufacturer and brand.
1.5 WARRANTY:
Eight (8) Years.
PART 2 — PRODUCTS
2.1 MATERIALS:
2.1.1 Aggregate for Base Course: Meet the requirements of CALTRANS Section 26 for a
class 2 aggregate base, 1-1/2 inch maximum gradation.
2.1.2 Synthetic Grass: Acceptable product or equal:
ASTROTURF Diamond Series 3 Di
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SYNTHETIC GRASS
02796- 1
2.1.3 WEED BARRIER:
Weed barrier shall be a 5.3 ounce heavyweight UV stabilized non-woven polypropylene
landscape fabric, as manufactured by Phillips Fibers Corporation or approved equal.
2.1.4 Physical Properties: The synthetic grass material shall meet or exceed the following
characteristics:
.1 Face Weight: 45 ounces.
.2 Total Weight: 73 ounces.
.3 Yarn Type: Polyethylene/nylon
.4 Yarn Cross Section: Diamond/Diamond
.5 UV Stablized
.6 Fabric Construction: Tufted
.7 Backing: Woven PP
.8 Pile Height: 1 1/8"
.9 Drain Rate: 30 inches per hour.
.10 Roll Width: 15.0 feet.
.11 Fiber Thickness 9.5 mils
.12 Color: Field-Lime/Field
2.1.5 Glue 3PL by 3M
2.1.6 Seaming Cloth 162 mil
2.1.7 Natural sand. 10/40 Grade
2.2 GRANULAR FILL:
2.2.1 Sole Revolution with Nike Grind: Made from consumer-grade rubber — reducing
safety and health concerns. Materials come from recycled high-performance footwear which is
odorless. Acceptable manufacturer:
Nike, Inc. with Sustainable Performance Solutions
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SYNTHETIC GRASS
02796-2
PART 3— EXECUTION
3.1 EXAMINATION:
3.1.1 Verification of Related Work: Before placing any materials, substantiate that the
required base course has been applied in accordance with synthetic surfacing manufacturer's
recommendations; that the rough grade, existing drainage, and irrigation valve boxes, heads
and headers are in place, and that the required elevations and dimensional layout have been
verified by a licensed civil engineer or surveyor.
3.1.2 Starting of work will be considered acceptance by the Contractor of the rough grade
and other conditions involved.
3.2 INSTALLATION:
3.2.1 Install in strict accordance with manufacturer's written installation instructions.
3.2.2 Once area is ready for installation of synthetic surfacing, add a two to four inch layer
of crushed aggregate until achieving the desired shape and contour. Work the aggregate with a
rake and hand tamp until the surface is compact and smooth.
3.2.3 Granular Fill: Comply with synthetic grass manufacturer's recommendations for
placement of rubber granular fill. Unless otherwise recommended, the application rate should
be Nike Grind - 1 pound per sq. ft., natural sand 3 pound per sq. ft. Broom into synthetic grass
according to manufacturer's recommendations.
3.2.4 Trimming: Position the synthetic surfacing material and trim to proper shape. If
using more than one roll, make certain the grain of the grass fibers point in the same direction.
3.2.5 Glue together seams, aligning two pieces of grass fiber edge-to-edge. Fold back the
edges to lay synthetic grass seaming cloth the length of the seam.
3.2.6 Secure the seaming in place as directed. Apply seaming adhesive to the cloth per
manufacturer's recommendations, spreading to a consistent thickness. After a few minutes,
slowly ease the two edges back together, checking the fit as you go.
3.2.7 To secure the synthetic grass, use five to six-inch galvanized nails or landscape
anchor pins around the perimeter and where necessary to keep the lawn flat.
3.3 CLEANING AND MAINTENANCE:
3.3.1 Using a landscape rake or broom, brush the fibers up and rinse with a garden hose.
Periodic brushing and rinsing will keep your synthetic grass looking fresh, natural and beautiful.
END OF SECTION
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SYNTHETIC GRASS
02796 - 3
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT
CHANGE ORDER 1
This Change Order is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER
ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND
INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE
CONTRACT DOCUMENTS.
ADDITIONS TO THE SPECIFICATIONS
SECTION 02796
SYNTHETIC GRASS - Additions
PART 2— PRODUCTS
Add the following:
2.1 MATERIALS:
2.1.7 Sand: Natural 10140 grade
2.2 GRANULAR FILL:
2.2.1 Sole Revolution with Nike Grind: Made from consumer-grade rubber —
reducing safety and health concerns. Materials come from recycled high-performance
footwear which is odorless. Acceptable manufacturer:
Nike, Inc. with Sustainable Performance Solutions
PART 3— EXECUTION
3.2 INSTALLATION:
Add the following:
3.2.3 Granular Fill: Comply with synthetic grass manufacturer's recommendations
for placement of rubber granular fill. Unless otherwise recommended, the application
rate should be Nike Grind - 1 pound per sq. ft., natural sand 3 pound per sq. ft. Broom
into synthetic grass according to manufacturer's recommendations.
DELETIONS/ADDITIONS TO THE PLANS
Sheet CP-2 Detail C
Delete crumb rubber and change to Nike Grind Rubber
Delete silica sand and change to natural sand
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT
CHANGE ORDER 1
This Change Order is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER
ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND
INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE
CONTRACT DOCUMENTS.
ADDITIONS TO THE SPECIFICATIONS
SECTION 02796
SYNTHETIC GRASS -Additions
PART 2— PRODUCTS
Add the following:
2.1 MATERIALS:
2.1.7 Sand: Natural 10/40 grade
2.2 GRANULAR FILL:
2.2.1 Sole Revolution with Nike Grind: Made from consumer-grade rubber —
reducing safety and health concerns. Materials come from recycled high-performance
footwear which is odorless. Acceptable manufacturer:
Nike, Inc. with Sustainable Performance Solutions
PART 3— EXECUTION
3.2 INSTALLATION:
Add the following:
3.2.3 Granular Fill: Comply with synthetic grass manufacturer's recommendations
for placement of rubber granular fill. Unless otherwise recommended, the application
rate should be Nike Grind - 1 pound per sq. ft., natural sand 3 pound per sq. ft. Broom
into synthetic grass according to manufacturer's recommendations.
DELETIONS/ADDITIONS TO THE PLANS
Sheet CP-2 Detail C
Delete crumb rubber and change to Nike Grind Rubber
Delete silica sand and change to natural sand
AGREEMENT
THIS AGREEMENT made this z 1-0 day of_IV D��N6�— in the year 2014,
by and between the City of Palm Springs, a charter city, organized and existing in the
County of Riverside, under and by virtue of the laws of the State of California, hereinafter
designated as the City, and
Back Nine Greens. Inc.
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s) of the City's Contract Documents entitled:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
The Work is generally described as the installation of turf, irrigation, artificial turf,
relocation of a light pole, and ball field amenities and all appurtenant work.
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of $ 100 for each
calendar day that expires after the time specified in Article 2, herein.
ARTICLE 3 — CONTRACT PRICE : $218,000.00
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).
IFS 15-04
AGREEMENT FORM
AGREEMENT AND BONDS
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, 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, Payment Bond, Standard Specifications, Special Provisions,
the Drawings, Addenda numbers _1 to _3 , 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.
ARTICLE 5 — PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City as provided in the Contract Documents.
ARTICLE 6 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written
Notice, it shall be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 7 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the 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.
IFB 15-D4
AGREEMENT FORM
AGREEMENT AND BONDS
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
ATTEST: CITY OF PALM SPRINGS,
CALIFORNIA
City Clerk
APPROVED TO FORM:
By.
City Attorney
Date ��• k2 - /
CONTENTS APPROVED:
By / -
City Manager
Date
APPROVED BY THE CITY COUNCIL:
Date 0 - &l& 2 L
Agreement No.
IFB 15-04
AGREEMENT FORM
AGREEMENT AND BONDS
Corporations require two notarized signatures: One signature must be from Chairman of Board, President,
or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer,
Assistant Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: F�acic w I n e, G y eenc Check one:_Individual_Partnership Xborporation
Address: —7sotor MPrii rranear\
Pnlm D Pv-t fA 922 i l
c �
BY By:
Signature(notarI d) Signature(notarized)
Name: / Ok rl/G I Name:
Title: ��'¢cS!��®("1 �' /J/I1(/�� Title:
(This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of ( R L t �Z L to I A ❑ State of ❑
County of lU&—Vj 1 . ❑Ss County of ❑SS
On r?t 01 1 On
before me, L(Vl c't tx a a lrci tGbefore me,
personally appeared A)vh ill l personally appeared
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s) is/are
is/are subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf
behalf of which the person(s) acted, executed the of which the person(s) acted, executed the
instrument. instrument.
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
to ignatur Notary Signature:
tarry Seal: Notary Seal:
LINDA ROCHA
Commission # 1958006
IFB 15-04 i :H, Notary Public- California z
Z �" Riverside County AGREEMENT FORM
My Comm.Expires Nov 20, 2015 AGREEMENT AND BONDS
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 1"4
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Cerritos Field infield
replacement and lightpole relocation will be received at the office of the Procurement and
Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on
Thursday, October 23, 2014 at which time they will be opened and read aloud.
N-2 DESCRIPTION OF THE WORK: The Work generally comprises the installation of
turf, irrigation, artificial turf, relocation of lightpole and ball field amenities and all
appurtenant work as more fully set forth in the plans and specifications by the
landscape architect as included in the bid and contract documents. The
Estimate for this project is $222,100.
Bidders are strongly advised to inspect the site before submitting a bid.
N-3 AWARD OF CONTRACT:
(a) The City reserves the right after opening bids to reject any or all bids, to waive any
informality (non-responsiveness) in a bid, or to make award to the lowest responsive,
responsible bidder and reject all other bids, as it may best serve the interest of the City.
(b) As a condition of award, the successful bidder will be required to submit payment
and performance bonds and insurance.
N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check
or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm
Springs.
N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a
period of 90 calendar days from the date of bid opening.
N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a
valid Class C-27 Contractor's license at the time of submitting bids and shall act as the
General Contractor, sub-contracting with other properly licensed trade contractors as
required to complete the project.
N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with
all local funds and, as provided under City Charter, will NOT require compliance with the
prevailing wage requirements of the State of California.
N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100
percent of payments due under the Contract Documents from time to time, without
retention of any portion of the payment by the City, by depositing securities of equivalent
value with the City in accordance with the provisions of Section 22300 of the Public
Contract Code.
N-9 PRE-BID WALK-THROUGH (Strongly Suggested): Prospective bidders are
strongly advised to attend the pre-bid walk-through of the project site to acquaint
potential bidders with the project and existing site conditions that may affect the work.
The meeting will be held on Thursday, October 2, 2014, at 9:00 AM local time at the
Cerritos Field located at the southwest corner of Baristo Road and Pavilion Way in Palm
Springs, CA 92262.
Bidders must examine and judge for themselves the location, surroundings, physical
condition, and nature of any work to be done. Submission of a bid shall be construed as
conclusive evidence that the bidder has made such an examination.
N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
(a) Contract Documents may be inspected without charge at the office of the
Procurement and Contracting Manager, 3200 East Tahquitz Canyon Way, Palm Springs,
CA 92262.
(b) Plans, Specifications & Contract Documents shall be provided via electronic link for
download to those Contractors that register with the City as a Bidder (Plan Holder) per the
instructions below. Contractors that download the bid documents shall be required to
create printed copies at their own expense. No refunds will be made for the printing of
Contract Documents by interested bidders. `
(c) Obtaining Bid Documents and registration as a Bidder (Plan Holder): If you are
interested in submitting a bid, Bidders shall contact Marina Williams, Procurement
Specialist I, by email at Marina WilliamsCa)palmsaringsca.4ov or by phone at (760) 322-
8373, to officially register as a Bidder for this project with your company name, address,
phone, fax, contact person and e-mail address. Bidders must be registered as a Plan
Holder with the City to obtain the Bid Documents and to ensure receipt of any
addenda issued; failure to register may result in failure to receive addenda and may
be cause to find a Bid non-responsive.
(d) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms
found in the original Bid Documents shall be printed out and Used to submit a bid.
(e) All questions about the meaning or intent of the Bid Documents are to be directed to
the Procurement & Contracting Manager. Questions shall be submitted in writing ONLY
to: Craig Gladders, Procurement & Contracting Manager, by fax to (760) 323-8238, or by
e-mail to Craig.Gladders(&DDalmspringsca. ov Questions must be submitted by 3:00 PM,
Wednesday, October 15, 2014.
N-11 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm
Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code,
"Local Business Preference Program", subsection (5) "Local Preference in Public Works
Contracts (Sub-Contracting)", 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.
N-12 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 & Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs,
CA 92262. The envelope shall be plainly marked in the upper left hand corner with the
name and address of the Bidder and shall bear the words 'Bid For..." followed by the title
of the Project and the date and hour of opening Bids. The certified or cashier's check or
Bid Bond shall be enclosed in the same envelope with the Bid.
BY ORDER OF THE CITY OF PALM SPRINGS
By
Craig L. ad C. .M.
Procurement& Contracting Manager
Date: September 24, 2014
Page 1 of 66
CITY OF PALM SPRINGS, CALIFORNIA
PROCUREMENT & CONTRACTING DEPARTMENT
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
FOR CONSTRUCTION OF THE:
CERRITOS FIELD INFIELD REPLACEMENT AND
LIGHTPOLE RELOCATION PROJECT
IFB 15-04
IN THE CITY OF PALM SPRINGS
Plans and Specifications prepared for City by
Consultant, Hermann Design Group, Inc., Chris
Hermann, RLA/ASLA
OF *ALM S
A�
U N
o
* �RPORAZEO ♦4 W
c'1lIFOV,
Craig L.Gladders, C.P.M., Procurement& Contracting Manager
Bids Open: October 23, 2014
IFB 15-04 PART I.SPECIAL PROVISIONS
TABLE OF CONTENTS
\ l 1
J Page 2 of 86
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
TABLE OF CONTENTS
PART I — BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Payment Bond
Performance 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
Secton 10 - Construction Details
PART III —APPENDICES
APPENDIX "A"
Plans, Specifications, and Drawings
IFB 15-04 PART 1-SPECIAL PROVISIONS
TABLE OF CONTENTS
Page 3 of 86
CITY OF PALM SPRINGS
PROCUREMENT & CONTRACTING DEPARTMENT
PART I - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT, IFS 15-04
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Local Funds Only
Local Business Preference Program Good Faith Efforts
Non-Collusion Affidavit
Bidder's General Information
Bid Bond (Bid Security Form)
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Performance Bond
Payment Bond
Certificate of Insurance
IFS 15.04
PART I—SPECIAL PROVISIONS
GENERAL CONTENTS
Page 4 of 86
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Cerritos Field infield
replacement and lightpole relocation will be received at the office of the Procurement and
Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on
Thursday, October 23, 2014 at which time they will be opened and read aloud.
N-2 DESCRIPTION OF THE WORK: The Work generally comprises the installation of
turf, irrigation, artificial turf, relocation of lightpole and ball field amenities and all
appurtenant work as more fully set forth in the plans and specifications by the
landscape architect as included in the bid and contract documents. The Estimate
for this project is $222,100.
Bidders are strongly advised to inspect the site before submitting a bid.
N-3 AWARD OF CONTRACT:
(a) The City reserves the right after opening bids to reject any or all bids, to waive any
informality (non-responsiveness) in a bid, or to make award to the lowest responsive,
responsible bidder and reject all other bids, as it may best serve the interest of the City.
(b) As a condition of award, the successful bidder will be required to submit payment
and performance bonds and insurance.
N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check
or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm
Springs.
N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a
period of 90 calendar days from the date of bid opening.
N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a
valid Class C-27 Contractor's license at the time of submitting bids and shall act as the
General Contractor, sub-contracting with other properly licensed trade contractors as
required to complete the project.
N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with
all local funds and, as provided under City Charter, will NOT require compliance with the
prevailing wage requirements of the State of California.
N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100
percent of payments due under the Contract Documents from time to time, without
retention of any portion of the payment by the City, by depositing securities of equivalent
IFB 15.04
PART 1-SPECIAL PROVISIONS
NOTICE INVITING BIDS
Page 5 of 86
value with the City in accordance with the provisions of Section 22300 of the Public
Contract Code.
N-9 PRE-BID WALK-THROUGH (Strongly Suggested): Prospective bidders are
strongly advised to attend the pre-bid walk-through of the project site to acquaint
potential bidders with the project and existing site conditions that may affect the work.
The meeting will be held on Thursday, October 2, 2014, at 9:00 AM local time at the
Cerritos Field located at the southwest corner of Baristo Road and Pavilion Way in Palm
Springs, CA 92262.
Bidders must examine and judge for themselves the location, surroundings, physical
condition, and nature of any work to be done. Submission of a bid shall be construed as
conclusive evidence that the bidder has made such an examination.
N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
(a) Contract Documents may be inspected without charge at the office of the
Procurement and Contracting Manager, 3200 East Tahquitz Canyon Way, Palm Springs,
CA 92262.
(b) Plans, Specifications & Contract Documents shall be provided via electronic link for
download to those Contractors that register with the City as a Bidder(Plan Holder) per the
instructions below. Contractors that download the bid documents shall be required to
create printed copies at their own expense. No refunds will be made for the printing of
Contract Documents by interested bidders.
(c) Obtaining Bid Documents and registration as a Bidder (Plan Holder): If you are
interested in submitting a bid, Bidders shall contact Marina Williams, Procurement
Specialist I, by email at Marina.WilliamsgDalmspringsca.gov or by phone at (760) 322-
8373, to officially register as a Bidder for this project with your company name, address,
phone, fax, contact person and e-mail address. Bidders must be registered as a Plan
Holder with the City to obtain the Bid Documents and to ensure receipt of any
addenda issued; failure to register may result in failure to receive addenda and may
be cause to find a Bid non-responsive.
(d) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms
found in the original Bid Documents shall be printed out and used to submit a bid.
(e) All questions about the meaning or intent of the Bid Documents are to be directed to
the Procurement & Contracting Manager. Questions shall be submitted in writing ONLY
to: Craig Gladders, Procurement & Contracting Manager, by fax to (760) 323-8238, or by
e-mail to Craig GladdersCd)Dalmsprinosca aov Questions must be submitted by 3:00 PM,
Wednesday, October 15, 2014.
N-11 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm
Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code,
"Local Business Preference Program", subsection (5) "Local Preference in Public Works
Contracts (Sub-Contracting)", 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.
IFB 15.04
PART 1.SPECIAL PROVISIONS
NOTICE INVITING BIDS
Page 6 of 86
N-12 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 & Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs,
CA 92262. The envelope shall be plainly marked in the upper left hand corner with the
name and address of the Bidder and shall bear the words 'Bid For..." followed by the title
of the Project and the date and hour of opening Bids. The certified or cashier's check or
Bid Bond shall be enclosed in the same envelope with the Bid.
BY ORDER OF THE CITY OF PALM SPRINGS
By
Craig L. Gladders, C.P.M.
Procurement& Contracting Manager
Date: September 24, 2014
IFB 15.04
PART 1-SPECIAL PROVISIONS
NOTICE INVITING BIDS
Page 7 of 66
CITY OF PALM SPRINGS
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice
Inviting Bids and not defined herein shall have the meanings assigned to them in the
General and Special Provisions. The term "Bidder" shall mean one who submits a Bid
directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term
"City's Project Representative" shall be as defined in the Special Provisions.
2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible
Bidder, consideration will be given not only to the financial standing of the Bidder, but also
to the general competency of the Bidder for the performance of the Work covered by the
Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience
as of recent date on the form entitled "Bidder's General Information," bound herein.
Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work
will be accepted from a contractor who does not hold a valid contractor's license in the
State of California for the classifications named in the Notice Inviting Bids at the time of
award.
3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm,
partnership, corporation, or association under the same or different names will not be
considered. If the City believes that any Bidder is interested in more than one Bid for the
Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City
believes that collusion exists among the Bidders, all Bids will be rejected.
4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE —
a) It is the responsibility of each Bidder before submitting a Bid to examine the
Contract Documents thoroughly; visit the site to become familiar with local conditions that
may affect cost, progress, or performance of the Work; consider federal, state, and local
laws and regulations that may affect cost, progress, or performance of the Work; study
and carefully correlate the Bidder's observations with the Contract Documents; and notify
the Procurement & Contracting Manager of all conflicts, errors, or discrepancies noted in
the Contract Documents.
(b) Reference is made to the Special Provisions for identification of those reports
of explorations and tests of subsurface conditions at the site which may have been
utilized by the City in the preparation of the Contract Documents (if applicable). However,
such reports are NOT a part of the Contract Documents. The interpretation of such
technical data, including any interpolation or extrapolation thereof, together with
non-technical data, interpretations, and opinions contained therein or the completeness
thereof is the responsibility of the Bidder.
(c) Copies of such reports and drawings will be made available for inspection by
the City to any Bidder upon request (if applicable). Those reports and drawings are NOT
part of the Contract Documents, but any technical data contained therein upon which the
Bidder is entitled to rely is limited to that set forth in the Special Provisions.
IFB 15.04
PART 1-SPECIAL PROVISIONS
INSTRUCTIONS TO
BIDDERS
1 � �
Page 8 of 86
(d) Subject to the provisions of Section 4215 of the California Government Code,
information and data reflected in the Contract Documents with respect to underground
utilities at or contiguous to the site is based upon information and data furnished to the
City by the owners of such underground utilities or others, and the City does not assume
responsibility for the accuracy or completeness thereof unless it is expressly provided
otherwise in the Special Provisions.
(e) Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders on subsurface conditions, underground utilities and other physical
conditions, and possible changes in the Contract Documents due to differing conditions
appear in the Standard Specifications and Special Provisions (if applicable).
(f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or
obtain any additional examinations and investigations which pertain to the physical
conditions (surface, subsurface, and underground utilities, if applicable) at or contiguous
to the site or otherwise which may affect cost, progress, or performance of the Work and
which the Bidder deems necessary to determine its Bid for performing the Work in
accordance with the time, price, and other terms and conditions of the Contract
Documents.
(g) Where feasible, upon request in advance, the City will provide each Bidder
access to the site to conduct such investigations and tests as each Bidder deems
necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made
by the Bidder and shall repair damage, clean up, and restore the site to its former
condition upon completion of such exploration (if applicable).
(h) The lands upon which the Work is to be performed, the rights-of-way and
easements for access thereto, and other lands designated for use by the Contractor in
performing the Work are identified in the Contract Documents (if applicable). All
additional lands and access thereto required for temporary construction facilities or
storage of materials and equipment are to be provided by the Contractor. Easement for
permanent structures or permanent changes in existing structures will be obtained and
paid for by the City unless otherwise provided in the Contract Documents.
(i) The submittal of a Bid will constitute an incontrovertible representation by the
Bidder that the Bidder has complied with every requirement of this Article; that without
exception the Bid is premised upon performing the Work required by the Contract
Documents and such means, methods, techniques, sequences, or procedures of
construction as may be indicated in or required by the Contract Documents; and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all the terms and conditions for performance of the Work.
5. INTERPRETATIONS - All questions about the meaning or intent of the Contract
Documents are to be directed to the Procurement& Contracting Manager. Interpretations
or clarifications considered necessary by the Procurement & Contracting Manager, in
consultation with the City's Project Representative and Architect in response to such
questions will be resolved by the issuance of Addenda mailed or delivered to all parties
IFB 15.04
PART 1-SPECIAL PROVISIONS
INSTRUCTIONS TO
BIDDERS
Page 9 of 86
recorded by the Procurement & Contracting Manager or the City as having received the
Contract Documents. Questions received less than 5 days prior to the date of opening
Bids may not be answered. Only questions that have been resolved by formal written
Addenda will be binding. Oral and other interpretations or clarifications will be without
legal or contractual effect.
6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by
a certified or cashier's check or approved Bid Bond in the amount stated in the Notice
Inviting Bids. Said check or bond shall be made payable to the City and shall be given as
a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the
City and will furnish the necessary insurance certificates, and Payment and Performance
Bonds. Each of said bonds and insurance certificates shall be in the amounts stated in
the Standard Specifications or Special Provisions. In case of refusal or failure of the
successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may
be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security,
the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it
in form.
7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the
City will return all bid securities accompanying such of the Bids that are not considered in
making the award. All other Bid securities will be held until the Agreement has been
finally executed. They will then be returned to the respective Bidders whose Bids they
accompany.
8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein.
Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one
Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of
schedules. All bid items shall be properly filled out. Where so indicated in the Bid
Documents, Bid price shall be shown in words and figures, and in the event of any conflict
between the words and figures, the words shall govern. The envelope enclosing the
sealed bids shall be plainly marked in the upper left-hand comer with the name and
address of the Bidder and shall bear the words 'BID FOR," followed by the title of the
Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the
address where the bids are to be delivered or mailed to, and the date and hour of opening
of bids. The Bid Security shall be enclosed in the same envelope with the Bid.
9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place
stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid
is received in proper time. Bids will not be accepted after the appointed time for opening
of bids, no matter what the reason.
10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in
the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and
failure to do so will render the Bid as non-responsive and may cause its rejection.
In the event that there are unit price Bid Items in a Bid Schedule and the "amount'
indicated for a unit price Bid Item does not equal the product of the unit price and quantity
listed, the unit price shall govern and the amount will be corrected accordingly, and the
IFB 15-04
PART 1-SPECIAL PROVISIONS
INSTRUCTIONS TO
BIDDERS
L1
I
Page 10 of 66
Contractor shall be bound by such correction, subject to the provisions of Section 5100 et
seq. of the California Public Contract Code.
In case of discrepancy between the unit price and the total set forth for a unit basis
item, the unit price shall prevail, except as provided in (a)or(b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is
omitted, or is the same as the amount as the entry in the item total column, then the
amount set forth in the item total column for the item shall prevail and shall be divided
by the estimated quantity for the item and the price thus obtained shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is
exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc.
from the entered total, the discrepancy will be resolved by using the entered unit price
or item total, whichever most closely approximates percentage-wise the unit price or
item total in the City of Palm Springs's Final Estimate of cost.
In the event that there is more than one Bid Item in a Bid Schedule and the total indicated
for the schedule does not agree with the sum of prices Bid on the individual items, the
prices bid on the individual items shall govern and the total for the schedule will be
corrected accordingly, and the Contractor shall be bound by said correction, subject to the
provisions of Section 5100 et seq. of the California Public Contract Code.
11. QUANTITIES OF WORK— *THIS SECTION IS NOT APPLICABLE AS THIS IS A
LUMP SUM CONTRACT*.
supplied Billy tG give an indirsatieR of the geneFal GGGIP9 ef the Work; the Gity d9eS RGt
12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a
written request, signed by the Bidder or it's properly authorized representative. Such
written request must be delivered to the place stipulated in the Notice Inviting Bids prior to
the scheduled dosing time for receipt of Bids.
13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized
conditions, limitations, or provisos attached to the Bid will render it informal and may
cause its rejection as being non-responsive. The completed Bid forms shall be without
intedineation, alterations, or erasures. Alternative Bids will not be considered unless
expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids
or modifications will not be considered.
IFB 15.04
- PART 1-SPECIAL PROVISIONS
INSTRUCTIONS TO
BIDDERS
_7 )
Page 11 of 60
14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as
set forth in the Agreement and the provisions of the Special Provisions.
15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any
application for a substitute or "or-equal" item by the Contractor and consideration by the
City is set forth in Section 4 of the Standard Specifications and Special Provisions.
16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based
primarily on the lowest overall cost to the City, and will be made to a responsive,
responsible Bidder whose Bid complies with all the requirements prescribed. Unless
otherwise specified, any such award will be made within the period stated in the Notice
Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of
the bidders. Unless otherwise indicated, a single award will not be made for less than all
the Bid Items of an individual Bid Schedule. In the event the Work is contained in more
than one Bid Schedule, the City may award schedules individually or in combination. In
the case of 2 or more Bid Schedules which are alternative to each other, only one of such
alternative schedules will be awarded.
17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall
execute a written Agreement with the City on the form of agreement provided, shall
secure all insurance, and shall furnish all certificates and bonds required by the Contract
Documents within 15 calendar days after receipt of the Agreement forms from the City.
Failure or refusal to enter into an Agreement as herein provided or to conform to any of
the stipulated requirements in connection therewith shall be just cause for an annulment
of the award and forfeiture of the Bid Security. If the lowest responsive, responsible
bidder refuses or fails to execute the Agreement, the City may award the Contract to the
second lowest responsive, responsible Bidder. If the second lowest responsive,
responsible Bidder refuses or fails to execute the Agreement, the City may award the
Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of
such second or third lowest Bidder to execute the Agreement, each such bidder's Bid
Securities shall be likewise forfeited to the City.
18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware
that in accordance with laws of the State of California, the Bidder will, if awarded the
Contract, be required to secure the payment of compensation to its employees and
execute the Workers Compensation Certification.
- END OF INSTRUCTIONS TO BIDDERS-
IFB 15.04
PART 1-SPECIAL PROVISIONS
INSTRUCTIONS TO
BIDDERS
Page 12 of 86
BID DOCUMENTS
Only the following listed documents, identified in the lower right corner as "Bid
Forms" shall be fully executed and submitted with the Bid at the time of opening of
Bids.
Did (Proposal)
Bid Schedule(s)
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Failure of a Bidder to fully execute and submit all of the listed documents with the
Bid will render a Bid as non-responsive and subject to rejection.
IFB 15-04
COVER SHEET
BID FORMS
Page 13 of 86
BID SIGNATURE FORM
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:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT#IFB 15-04
Bidder accepts all of the terms and conditions of the Contract Documents, including
without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing
with the disposition of the Bid Security.
This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise
required by law. Bidder will enter into an Agreement within the time and in the manner
required in the Instructions to Bidders, and will furnish the insurance certificates, Payment
Bond, Performance Bond, and all Permits required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following
Addenda (receipt of which is hereby acknowledged):
Number Date
Number Date
Number Date
Number Date
Bidder has familiarized itself with the nature and extent of the Contract Documents, the
Work, the site, the locality where the Work is to be performed, the legal requirements
(federal, state, and local laws, ordinances, rules, and regulations), and the conditions
affecting cost, progress, or performance of the Work, and has made such independent
investigations as Bidder deems necessary.
In conformance with the current statutory requirements of California Labor Code Section
1860, et seq., the undersigned confirms the following as its certification:
I am aware of the provisions of Section 3700 of the Labor Code, which require
every employer to be insured against liability for worker's compensation, or to
undertake self-insurance in accordance with the provisions, before commencing
the performance of the Work of this Contract.
IFB 1544
BID SIGNATURE FORM
BID FORMS
Page 14 of 86
To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-
collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid
Forms, said Bidder further agrees to complete the Work required under the Contract
Documents within the Contract Time stipulated in said Contract Documents, and to
accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid
Price(s) named in the aforementioned Bidding Schedule(s).
.Dated: Bidder:
By:
(Signature)
Title:
IFB 15.04
BID SIGNATURE FORM
BID FORMS
Page 15 of 88
BID SCHEDULE (IFB15-04)
LUMP SUM PRICE FOR
CERRITIOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
All materials, equipment and labor necessary replace the infield of Cerritos Field with
artificial turf and relocate a lightpole as defined in this document. No changes to the
quantities defined in the specifications will be allowed unless directed and approved by
the City. This is a lump sum project with Itemized bids.
Item # Item Description Lump Sum Bid Price
Demolition/Rough Grading $
plus
Irrigation $
plus
Sod replacement $
plus
Artificial turf and all bases $
plus
Lightpole relocation $
plus
Portable Mound $
plus
GRAND TOTAL LUMP SUM PRICE (in figures) (Add all six (6) lines above to reach
this total)
(in words):
dollars
WARRANTY:
Warranty: The successful Bidder shall fully warrant all materials, equipment, and
workmanship against poor or inferior quality equipment, materials or workmanship that
they provide for the installation for a period not less than Ten (10) Years for the artificial
turf and 1 year for the other work from the date of final acceptance by the City.
The successful Bidder shall repair or replace inoperable equipment/material in a timely
manner so as to minimize the possible disruption of City operations resulting from said
inoperable equipment/material.
IFB 1544
LUMP SUM BID SCHEDULE
BID FORMS
Page 16 of 86
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required
by including the acknowledgment with your Bid. Failure to acknowledge the Addenda
issued may result in your Bid being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addendum:
Addendum(s) # is/are hereby acknowledged.
Bidders Name and Address:
Bidders Signature Date
IFB 15.64
LUMP SUM BID SCHEDULE
BID FORMS
Page 17 of 85
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, Contractors License number 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, or $10,000.00, whichever is greater, 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.
Special Note: The Prime Contractor shall perform not less than 50% of the Work identified
in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in
excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive.
Bidders shall list the total % of Work to be performed by the Prime Contractor
HERE: % (shaft not be less than 50%),
Contractor's Percent
License of Total
Work to be Performed Number Contract Subcontractor's Name &Address
1.
2.
3.
4.
5.
IFS 15-04
LIST OF SUBCONTRACTORS
BID FORMS
Page 18 of 88
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
IFB 15-04 Bid Opening Date_October 23, 2014
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,
and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which
states:
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. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by
placing advertisements inviting proposals in local newspapers, sending request for proposals to
local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the
work or supply the materials or equipment. Any notice inviting bids which may require the use of
sub-contractors shall include notification of this subsection. The City Council or Director may
reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to
comply with the requirements of this subsection.
Bidders shall provide sufficient information to demonstrate that they have made good faith
efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined
in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted
with its Bid, Bidders shall identify local subcontractors not required to be identified on the List
of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish
materials and supplies for incorporation into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
Local firms that will furnish materials or supplies to the Bidder for this project:
IFB 15.04
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS
Page 19 of 86
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
(CONTINUED)
In the event no local firms (as defined in Ordinance No. 1756) will provide services, or
furnish materials and supplies to the Bidder for this project, the Bidder shall provide
information sufficient to demonstrate its good faith efforts to retain or hire local firms to
(a) provide services and (b) to furnish materials and supplies for this project. Examples
of information accepted by the City to demonstrate good faith efforts shall be included
below:
A. The names and dates of each publication in which a request for participation by local
firms for this project was placed by the bidder (please attach copies of advertisements
or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to local firms soliciting bids for this project
and the dates and methods used for following up initial solicitations to determine with
certainty whether the local firms were interested (please attach copies of solicitations,
telephone records, fax confirmations, etc.):
Names of Date of Follow Up Methods
firms Initial and Dates
Solicited Solicitation
IFB 15.04
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS
Page 20 of 86
C. The items of work which the bidder made available to local firms, including, where
appropriate, any breaking down of the contract work items (including those items
normally performed by the bidder with its own forces) into economically feasible units to
facilitate participation by local firms.
Items of Work Bidder Breakdown of Items Amount Percentage
Normally M Of
Performs Item Contract
(Y/N)
D. The names, addresses and phone numbers of rejected local firms, the reasons for the
bidder's rejection of the local firms, the firms selected for that work (please attach
copies of quotes from the firms involved), and the price difference for each firm if the
selected firm is not a local firm:
Names, addresses and phone numbers of rejected local firms and the reasons for the
bidder's rejection of the local firms:
Names, addresses and phone numbers of firms selected for the work above:
NOTE: USE ADDITIONAL.SHEETS OF PAPER IF NECESSARY.
IFB 15.04
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS
Page 21 of 86
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California )
ss.
County of )
I, , being first duly sworn, deposes and says that
he or she is of
the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not
directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder
or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the
Bidder has not in any manner, directly or indirectly, sought by agreement, communication,
or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix
any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to
secure any advantage against the public body awarding the Contract of anyone interested
in the proposed Contract; that all statements contained in the Bid are true; and, further,
that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any
breakdown thereof, or the contents thereof, or divulged inform allon 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
By
Title
Organization
Address
IFB 16-06
NON-COLLUSION AFFIDAVIT
BID FORMS
Page 22 of 86
ALL-PURPOSE ACKNOWLEDGMENT
State of
County of
On before me,
Date Name,Title of Officer
personally appeared
NAME(S).OF SIGNER(S)
who 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 histhedtheir signatures(s)on the instrument the person(s), or the entity upon behalf of which the person(s)
acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
Witness my hand and official seal.
Signature of Notary
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent
attachment of this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s)Other Than Named
Above
IFB 15-04
NON-COLLUSION AFFIDAVIT
BID FORMS
_..... . .. .... ... .
Page 23 of 86
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That as Principal, and
as Surety, are held
and firmly bound unto the City of Palm Springs, hereinafter called the"City" in the sum of:
dollars
(not less than 10 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 CWs Contract Documents entitled:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
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 attorneys fee to be fixed by the court.
SIGNED AND SEALED, this day of 2014.
PRINCIPAL:
(Check one: __partnership,aership, _corporation)
(Corporations require two signatures;one from each of the following groups:A.Chairman of Board,President,or any Vice President;AND B.
Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer).
By
SURETY:
Signature(NOTARIZED)
Print Name and Title:
By
By Signature(NOTARIZED)
Signature(NOTARIZED) Print Name and Title
Print Name and Title:
IFB 15.04
BID BOND(BID SECURITY FORM)
BID FORMS
Page 24 of 86
BIDDER'S GENERAL INFORMATION
The Bidder shall fumish the following information. Failure to complete all Items will cause
the Bid to be non-responsive and may cause its rejection.
1. BIDDER/CONTRACTOR'S Name and Street Address:
2. CONTRACTOR'S Telephone Number: ( )
Facsimile Number: ( )
Email:
3. CONTRACTOR'S License: Primary Classification
State License Numbers)
Supplemental License Classifications
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety
Address
Surety Company
Telephone Numbers: Agent( ) Surety( )
5. Type of Firm (Individual, Partnership or Corporation):
6. Corporation organized under the laws of the State of:
7. List the names and addresses of the principal members of the firm or names and
titles of the principal officers of the corporation or firm:
IFB 15-04
BIDDERS GE4EZ4L INFORMATION
BID FORMS
Page 25 of 86
BIDDER'S GENERAL INFORMATION (Continued)
8. Number of years experience as a contractor in this specific type of construction work:
9. List at least three related projects completed to date:
a. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
C. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
10. List the name and title of the person who will supervise full-time the proposed work
for your firm:
11. Is full-time supervisor an employee contract services ?
12. A financial statement or other information and references sufficiently comprehensive
to permit an appraisal of your current financial condition may be required by the City.
IFB 15-04
BIDDERS GENERAL INFORMATION
BID FORMS
Page 26 of 86
AGREEMENT
THIS AGREEMENT made this day of in the year 2014,
by and between the City of Palm Springs, a charter city, organized and existing in the
County of Riverside, under and by virtue of the laws of the State of California, hereinafter
designated as the City, and
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 —THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s)of the City's Contract Documents entitled:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
The Work is generally described as the installation of turf, irrigation, artificial turf,
relocation of a light pole, and ball field amenities and all appurtenant work.
ARTICLE 2 — COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of $ 100 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).
IFB 15.04
AGREEMENT FORM
AGRETM ENT AND BONDS
Page 27 of 86
ARTICLE 4—THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit,
Bidder's General Information, Bid Security or Bid Bond, this Agreement, Workers
Compensation Certificate, Payment Bond, Standard Specifications, Special Provisions,
the Drawings, Addenda numbers to 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.
ARTICLE 5 — PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City as provided in the Contract Documents.
ARTICLE 6— NOTICES
Whenever any provision of the Contract Documents requires the giving of a written
Notice, it shall be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 7— MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the 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.
IFB 15.04
AGREv1WF FORM
AGREEMENT AND BONDS
Page 28 of 86
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
ATTEST: CITY OF PALM SPRINGS,
CALIFORNIA
By
City Clerk
APPROVED AS TO FORM:
By
City Attorney
Date
CONTENTS APPROVED:
By
City Manager
Date
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
IFS 15.04
AGREEMENT FORM
AGREEMENT AND BONDS
t ) �
Page 29 of 66
Corporations require two notarized signatures: One signature must be from Chairman of Board, President,
or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer,
Assistant Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: Check one:_Individual_Partnership _Corporation
Address:
By: By.
Signature(notarized) Signature(notarized)
Name: Name:
Title: Title:
(This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of n State of ❑
County of_ fls s County of ❑s s
On On
before me, before me,
personally appeared personally appeared
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s)is/are
is/are subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf
behalf of which the person(s)acted, executed the of which the person(s) acted, executed the
instrument. instrument.
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
IFB 15-04
AGREEMENT FORM
AGRE1=M ENT AND BONDS
( 1 Page 36 of 86
WORKER'S COMPENSATION CERTIFICATE
(AS REQUIRED BY SECTION 1861
OF THE CALIFORNIA LABOR CODE)
I am aware of the provisions of Section 3700 of the California 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 of said Code, and I will comply with such provisions before
commencing the performance of the Work of this Contract.
Contractor
By
Title
By
Signature(NOTARIZED)
Print Name and Title:
By
Signature(NOTARIZED)
Print Name and Title:
SURETY:
By
TiBe
(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)
IFB 15-06
WORKERS COMPENSATION CERTIFICATE
AGREEMENT AND BONDS
L)
Page 31 of 86
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS,
That as Contractor,
And as Surety,
are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in
the County of Riverside, State of California, hereinafter called the "City," in the sum of.-
dollars,
for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
WHEREAS, said Contractor has been awarded and is about to enter into the annexed
agreement with said City to perform the Work as specified or indicated in the Contract
Documents entitled:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT, IFB 15-04
NOW THEREFORE, If said Contractor, its subcontractors, its heirs, executors,
administrators, successors, or assigns shall fail to pay for any materials, provisions,
provender, equipment, or other supplies used in, upon, for, or about the performance of the
Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due
under the Unemployment Insurance Code, or for any amounts required to be deducted,
withheld, and paid over to the Employment Development Department from the wages of
employees of the Contractor and its subcontractors pursuant to Section 13020 of the
Unemployment Insurance Code with respect to such labor, all as required by the provisions
of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of
California and acts amendatory thereof, and Sections of other Codes of the State of
California referred to therein and acts amendatory thereof, and provided that the persons,
companies, or corporations so furnishing said materials, provisions, equipment, or other
supplies, appliances, or power used in, upon, for, or about performance of the Work
contracted to be executed or performed, or any person, company, or corporation renting or
hiring implements or machinery or power for, or contributing to, said work to be done, or any
person who performs work or labor upon the same, or any person who supplies both work
and materials therefore, shall have complied with the provisions of said laws, then said
surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and
also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be
fixed by the Court. This Bond shall inure to the benefit of any and all persons named in
Section 3181 of the Civil Code of the State of California so as to give a right of action to
them or their assigns in any suit brought upon this bond.
IFS 15-04
PERFORMANCE BOND
AGREEMENT AND BONDS
f
Page 92 of 86
PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or
changes in the time of completion, which may be made pursuant to the terms of said
Contract Documents, shall not in any way release said Contractor or said Surety thereunder,
nor shall any extensions of time granted under the provisions of said Contract Documents
release either said Contractor or said Surety, and notice of said alterations or extensions of
the Agreement is hereby waived by said Surety.
SIGNED AND SEALED, this day of 201_.
CONTRACTOR:
(Check one: individual, partnership, corporation)
(Corporations require two signatures; one from each of the following groups: A. Chairman of Board,
President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,
or Chief Financial Officer).
By
Signature(NOTARIZED)
Print Name and Title:
By
Signature(NOTARIZED)
Print Name and Title:
SURETY
By
Title
(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)
IFB 15.04
PERFORMANCE BOND
AGREEMENT AND BONDS
Page 33 of 86
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
That as Contractor, and
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:
dollars,
for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
WHEREAS said Contractor has been awarded and is about to enter into the annexed
Agreement with said City to perform the Work as specified or indicated in the Contract
Documents entitled:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT, IFB 15-04
NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract
Documents required to be performed on its part, at the times and in the manner specified
herein, then this obligation shall be null and void, otherwise it shall remain in full force and
effect.
PROVIDED, that any alterations in the Work to be done or the materials to be fumished, 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_day of 201_
CONTRACTOR:
Check one: individual,_partnership, _corporation
(Corporations require two signatures; one from each of the following groups: A. Chairman of
Board, President, or any Vice President, AND B. Secretary, Assistant Secretary, Treasurer,
Assistant Treasurer, or Chief Financial Officer).
IFB 15-04
PERFORMANCE BOND
AGPMA ENT AND BONDS
U (J
Page 34 of 86
By
Signature(NOTARIZED)
Print Name and Title:
By
Signature (NOTARIZED)
Print Name and Title:
SURETY:
By
Signature (NOTARIZED)
Print Name and Title:
IFB 1"4
PERFORMANCE BOND
AGREEMENT AND BONDS
V 1
Page 35 of 86
CERTIFICATE OF INSURANCE
THIS CHLfIFIO4Te 70 THE ONNEd'AOElf8 118IID MOW DMOMTW VY THE CONTRACT VM THE INSURE)
NAME AND ADORH35 OF INSLIFED INSURANCE COMPANIES AFFORDING COVERAGE
COMPANY A
S
C
D
TYPE OF WORK PE FORIMM AM LOCATION
mo,v LIMITS OF LIABILITY IN THOUSANDS(x1000)
�. TYPE OF INSURANCE POLICY NUMBER
EACH
COMPREHENSIVE GENERAL
LIABILITY
Including:
❑ IXPLCeDNANDCaIAfgE BODILY BMURY f $
❑ LMBA"VOIInD MIME£ f =
PROPERrYDAMAGE
❑ mooucrsrDOMPIeP®aPaRAnaNs
❑ OONfMCRIAL INSUMNCE or
❑ BROAD FORM PROPOITY DAMAGE
❑ INO@BDelf aMfMCTOfb SOOLYOU"AND
PROP6lIY S E
❑ PERSONAL INJURY
MNAGE COMaN® -
FE0.9MUL INJURY $
COMPRI3IBR&VEALTOMOBILE BppLY"URY
UABUOY Hal PIPSON $
Including: HaIACaDBRI
❑ WIND S
❑ HRS) mOPHifY DAMAGE
❑ NON MD r
❑ MOfOHCAEiERACf 6GDILY INJURY
ANDPRIPEDY S
MMAGECda81
E CESS UAINUrY BODILY INJURY
Including: AND FMFETIY
❑ 9APLOYRRaL uw MMAGECOMBeSe g
WOId®fBCOUPENSAT10N sranrtGRr
and
E P OH N8 UABIUIY
Including: a p (PACs
❑ LONOSIDNEMWSAND ACCIDEENTI
HAf WOIY98
On*R ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS
The undersigned cartliles that he or She Is the represeidative of the slowsnameli Insurance companies.that he or she has the authority to execute and Issue this
certdic de to Certificate Holder,and accordingly,done hereby ce tly,on behalf a said Insurance companies that policies of Insurance fisted above have been Issuetl
to the Insured named above end are In force al this Alma. Notwithstanding any regWremeM,lelm,or condition of ny contract or other document with respect to
which this certificate may be Issued or may pertain,Me Insurance afforded by the policies described harem is subject to Y the terms,exclusions,and condition of
such Policies. Copies of the policies Shown wBl be furnished to the CMdkele Holder upon request.
This LMUiate does not amend,=land,or after the coverage afforded by the policies listed.
Cancellation: Should any of the above described policies be cancelled before the expiration dale thereof,the Issuing company will Intel 30 days written notice
to the belowiMmad cerlNiate holder.
NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED
BY
WE 15-04
CERTIFICATE OF INSURANCE
AGREEMENT AND BONDS
Page 36 of 86
CITY OF PALM SPRINGS, CA
PROCUREMENT & CONTRACTING DEPARTMENT
PART II -- SPECIAL PROVISIONS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION,
IFB 15-04
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 II—SPECIAL PROVISIONS
IFB 15-04 - GENERAL CONTENTS
Page 37 of 86
CITY OF PALM SPRINGS
PROCUREMENT & CONTRACTING DEPARTMENT
SPECIAL PROVISIONS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
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"), 2012
Edition (if applicable), including all current supplements, addenda, and revisions thereof,
these Special Provisions, the Architect's Specifications 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 may be
made in these Special Provisions to the Caltrans Standard Specifications (if applicable),
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"), 2012 Edition, as previously specified in the above
paragraph.
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 Landscape Architect. - The official address of the
licensed Landscape Architect for this project is Hermann Design Group, Inc., Chris
Hermann, RLA/ASLA, 77899 Wolf Road, Suite 102, Palm Desert, CA 92211, or such
other address as the City may subsequently designate in writing to the Contractor.
1-2.3 Legal Address of the City's Project Representative. - The name and
address of the City's designated Project Representative shall be Vicki Oltean, Director of
Recreation, City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, CA
IFB 75-04 TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS
SPECIAL PROVISIONS-SECTION 1
Page 36 of 66
92262, or such other address as the Project Representative may subsequently
designate in writing to the Contractor.
1-3 DEFINITIONS AND TERMS
1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the
following terms are used, the definitions shall be amended to read:
Agency - The City of Palm Springs, a charter city organized and existing in the
County of Riverside, State of California.
Architect — The Landscape Architect of record for the project is Hermann Design
Group, Inc., Chris Hermann, RLA/ASLA.
Engineer - The individual, partnership, firm, or corporation duly authorized by the
Owner to be responsible for engineering inspection of the contract work and acting
directly or through an authorized representative. The Engineer shall be understood
to be the Architect/Landscape Architect of the Owner or the Owner's duly authorized
representative. The Electrical Engineer of Record is MRC Engineering, Inc.
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
days delay in completing the whole or any specified portion of the Work beyond the
time allowed in the Special Provisions.
Standard Plans - The Standard Drawings and the Special Drawings of the City of
Palm Springs.
Owner-The Owner shall be the Agency, as defined above.
Working Day-A Working Day is defined as any day, except as follows:
(a) Saturdays, Sundays, and any designated legal holiday officially observed by
the City of Palm Springs. Designated legal holidays are:
New Year's Day(January 1)
Martin Luther King Jr. Day(Third Monday in January)
President's Day(Third Monday in February)
Memorial Day(Last Monday in May)
Independence Day(July 4)
Labor Day(First Monday in September)
Veteran's Day(November 11)
Thanksgiving Day(Last Thursday in November)
Day after Thanksgiving Day
Christmas Eve Day(December 24)
Christmas Day(December 25)
TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS
IPB 15-04 SPECIAL PROVISIONS-SECTION 1
Page 39 of 86
If Contractor requires a City inspection or the services of a City employee on a
Friday, Contractor must notify the City Representative at least 48 hours in
advance to allow for City employee scheduling, due to current regular full-time
work schedule for City employees is Monday thru Thursday only.
(b) Days on which the Contractor is prevented by inclement weather or conditions
resulting immediately therefrom adverse to the current controlling operation or
operations, as determined by the City,from proceeding with at least 75 percent of
the normal labor and equipment force engaged on such operation or operations
for at least 60 percent of the total daily time being currently spent on the
controlling operation or operations.
- END OF SECTION -
IFB 15-04 TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS-SECTION 1
� I
Page 40 of 66
SECTION 2 —SCOPE AND CONTROL OF WORK
2-1 GENERAL
Particular attention is directed to the provisions of Section 6-1, "Construction Schedule
and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9,
"Liquidated Damages" of the Standard Specifications.
After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor,
the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed.
Said Work shall be diligently prosecuted to completion before the expiration of:
35 WORKING DAYS
*NOTE THAT WORK MAY BE PERFORMED ONLY DURING THE HOURS OF
7:00 AM TO 7:OOPM, MONDAY THROUGH FRIDAY, EXCLUDING HOLIDAYS.
from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time
associated with ordering long lead-time items. Contractor shall refer to Section 4-2.2 of these Special Provisions for
requirements associated with ordering long lead-time items.
As set forth in the Agreement, the Contractor shall pay to the City as liquidated
damages the sum set forth in the Agreement per day for each and every calendar day's
delay in finishing the Work in excess of the number of working days prescribed above.
2-1.1 Subcontracts. In addition to the subcontractors required to be listed in
accordance with Section 2-3.1 of the Standard Specifications, each proposal shall have
listed therein the name and address of all subcontractors, regardless of the amount of
work. The list of subcontractors shall also set forth the portion of work that will be done
by each subcontractor listed. A sheet for listing the subcontractors is included in the
Proposal.
2-2 CONTRACT BONDS
2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION
The following shall be added at the end of Section 2-4 of the Standard Specifications:
"The Contractor shall ensure that its Bonding Company is familiar with all
of the terms and conditions of the Contract Documents, and shall obtain a
written acknowledgement by the Bonding Company that said Bonding
Company thereby waives the right of special notification of any changes
or modifications of the Contract, or of extensions of time, or of decreased
or increased Work, or of cancellation of the Contract, or of any other act
or acts by the City or any of its authorized representatives."
SCOPE AND CONTROL OF WORK
IFB 15.04 SPECIAL PROVISIONS-SECTION 2
Page 41 of 66
2-2.2 EXECUTION OF BONDS
Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b)
one sufficient admitted surety insurer; or(c)a combination of sufficient personal sureties
and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's
certificate evidencing that it is an admitted surety insurer shall be submitted with the
bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure
Section 995.510 shall be met to the satisfaction of the City Attorney.
2-3 PRECEDENCE OF CONTRACT DOCUMENTS
The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read
as follows:
In resolving disputes resulting from conflicts, errors, or discrepancies in any of the
Contract Documents, the document highest in precedence shall control. The order of
precedence shall be as listed below:
1. Change Orders or Work Change Directives
2. Agreement
3. Addenda
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 govem over general drawings
3. Addenda or Change Order drawings govern over Contract
Drawings
4. Contract Drawings govern over Standard Drawings
5. Contract Drawings govern over Shop Drawings
2-4 SUBSURFACE DATA
Section 2-7 of the Standard Specifications shall be revised to read as follows:
"24.1 Limited Reliance by Contractor. — (if applicable) 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
IFB 15.04 SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS-SECTION 2
Page 42 of 86
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 City's Project Representative, nor any of the City s
Consultants with respect to any of the following:
2-7.1.1. Completeness. - The completeness of such reports and
drawings for Contractor's purposes, including, but not limited to, any
aspects of the means, methods, techniques, sequences, and procedures
of construction to be employed by Contractor and safety precautions and
programs incident thereto, or
2-7.1.2. Other Information. - Any other data, interpretations,
opinions, and information contained in such reports or shown or indicated
in such drawings, or
2-7.1.3. Interpretation. - Any interpretation by the Contractor of
such "technical data," or any conclusion drawn from any "technical data"
or any such data, interpretations, opinions or information"
2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY
Unless indicated otherwise, all temporary access or construction rights-of-way, other
than those shown on the Plans, which the Contractor may find it requires during
progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its
own expense.
2-8 AUTHORITY OF THE CITY'S PROJECT REPRESENTATIVE
The City's Project Representative will decide all conflicts which may arise as to (1) the
quality or acceptability of the materials or equipment furnished, (2) the performance of
the Work, (3) the manner of performance and rate of progress of the Work, (4) the
interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable
fulfillment of the Contract on the part of the Contractor, and (6) compensation of the
Contractor. The City's Project Representative's decision shall be final, and he shall have
the authority to enforce and make effective such decisions and orders which the
Contractor fails to carry out promptly.
2-9 INSPECTION
The Citys Project Representative shall have complete and safe access to the Work at
all times during construction, and shall be furnished with every reasonable facility for
ascertaining that the materials and the workmanship are in accordance with the
Specifications, the Special Provisions, and the Plans. AA labor; materials, and
equipment furnished shall be subject to the City s Project Representative's inspection.
SCOPE AND CONTROL OF WORK
IFB 15.64 SPECIAL PROVISIONS-SECTION 2
U >
Page 48 of 80
When the Work is substantially completed, a representative of the City will make the
final inspection.
2-10 SITE EXAMINATION
The Contractor shall have the sole responsibility of satisfying itself concerning the
nature and location of the Work, and the general and local conditions, such as, but not
limited to, all other matters which could in any way affect the Work or the costs thereof.
The failure of the Contractor to acquaint itself with all available information regarding
any applicable existing or future conditions shall not relieve it from the responsibility for
properly estimating either the difficulties, responsibilities, or costs of successfully
performing the Work according to the Contract Documents.
2-11 FLOW AND ACCEPTANCE OF WATER(if applicable)
Storm, surface, nuisance, or other waters may be encountered at various times during
construction of the Work. The Contractor, by submitting a Bid, hereby acknowledges
that it has investigated the risk arising from such waters, and has prepared its Bid
accordingly; and the Contractor, by submitting such a Bid, assumes all said risk.
2.12 SUBMITTALS
The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard
Specifications:
On lump sum items, the Contractor shall submit, for approval by the City's
Project Representative, a Schedule of Values, or lump sum price
breakdown, which will serve as the basis for progress payments and shall
be incorporated into a form of Application for Payment acceptable to the
City's Project Representative.
Such Schedule of Values shall be submitted for approval at the Pre-
construction Conference and must meet the approval of the City's
Representative before any payments can be made to the Contractor.
- END OF SECTION -
IFB 15.04 SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS-SECTION 2
Page 44 of 86
SECTION 3 — CHANGES IN WORK
3-1 EXTRA WORK
The provisions of Section 3-3 of the Standard Specifications shall apply, provided that
the provisions for markup percentages for overhead and profit for extra work referenced
in subparagraph 3-3.2.3 of the 2012 edition shall be deleted in its entirety and the
following substituted:
3-2 PAYMENT
3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to
read as follows:
(a) Work by Contractor. The following percentages shall be added to the
Contractor's ousts and shall constitute the markup for all overhead and profit.
1) Labor 21 percent(includes bonding)
2) Materials 15 percent
3) Equipment rental 15 percent
4) Other items and expenditures 15 percent
5) Subcontracts (1st tier only) 5 percent
6) lower tier subcontractors none
To the sum of the costs and markups provided for in this subsection, except for
labor, one percent shall be added as compensation for bonding.
- END OF SECTION-
CHANGES IN WORK
IFB 15-04 SPECIAL PROVISIONS-SECTION 3
rl �
Page 45 of 86
SECTION 4 — CONTROL OF MATERIALS
4-1 TRADE NAMES OR EQUALS
4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard
Specifications shall be amended to read as follows:
Whenever any particular material, process, or equipment is indicated by a
patent, proprietary, or brand name, or by the name of the manufacturer,
such product shall be followed by the words "or equal." A Contractor may
offer any material, process, or equipment considered as equivalent to that
indicated, unless a Sole source is specified. Failure of the Contractor to
submit requests for substitution promptly after bid opening shall be
deemed to signify that the Contractor intends to furnish one of the brands
named in the Special Provisions, and the Contractor does hereby waive
all rights to offer or use substitute materials, products, or equipment for
that which was originally specified. Unless otherwise authorized by the
City's Project Representative, the time for submission of data
substantiating a request for substitution of an "or equal' item shall be not
more than 20 days after bid opening.
4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request
approval for "or equal' products, it shall submit data substantiating such request to the
City's Project Representative 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 City's Project Representative or the City.
4.2 MATERIALS
4-2.2 Placing Orders. - The Contractor shall place the orders) for all long-lead
supplies, materials, and equipment, within 3 working days after the award of Contract by
the City. The Contractor shall furnish the City's Representative with a statement from
the vendor(s) that the order(s) for said supplies, materials, and equipment has been
received and accepted by said vendor(s) within 15 working days from the date of said
award of Contract.
- END OF SECTION -
IFB 15-04 CONTROL OF MATERIALS
SPECIAL PROVISIONS-SECTION 4
Page 46 of 86
SECTION 5 — UTILITIES
5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES
(a) The following full text of Government Code Section 4215 shall replace the
provisions of Section 5-5, subparagraph 4, of the Standard Specifications:
"In 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
trunk-line 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 contract
documents shall include provisions to 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 contract documents shall
include provisions that 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.
Nothing herein shall preclude the public agency from pursuing any appropriate
remedy against the utility for delays which are the responsibility of the utility.
Nothing herein shall be construed to relieve the utility from any obligation as
required either by law or by contract to pay the cost of removal or relocation of
existing utility facilities.
(b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions
shall be added to the end of Section 5-5 of the Standard Specifications:
"If the Contractor, while performing the Contract, discovers utility
facilities not identified by the public agency in the Contract Plans or
Specifications, he or she shall immediately notify the public agency and
utility in writing.
UTILITIES
IFB 15.04 SPECIAL PROVISIONS-SECTION 5
Page 47 of 86
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."
Special Note: While the City endeavors to show all known utilities in the plans, the
City's inclusion of this special provision with reference to Government Code Section
4215 is made to advise the Contractor of the fact that not all utilities may be shown
in the plans, and that by this reference included in the specifications, the Contractor
assumes responsibility for protecting all known utilities that are shown in the plans
OR identified by location in the project area by markings provided by Underground
Service Alert prior to construction. The City will only compensate the Contractor, as
required by law, for locating utilities that are shown in the plans or identified by
location in the project area by markings provided by Underground Service Alert, and
which can not be found in the general location identified. The City will not
compensate the Contractor for locating and protecting utilities shown in the plans
OR marked by Underground Service Alert prior to construction. The Contractor is
advised to investigate and review all existing utilities in the project area, and in
submitting a Bid, acknowledges its responsibilities as referenced herein.
- END OF SECTION -
UTILITIES
IFB 15-04 SPECIAL PROVISIONS-SECTION 5
Page 48 of 66
SECTION 6 — PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK
6-1 LIQUIDATED DAMAGES
6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the
Standard Specifications shall not apply, but shall be as stated in the Agreement.
6-2 TIMES OF OPERATION :
6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit,
use, or cause to operate any of the following, other than between the hours of 7:00 a.m.
to 7:00 p.m., Monday through Friday, with no work allowed on City-observed holidays,
unless otherwise approved by the City s Project Representative:
1. Powered Vehicles
2. Construction Equipment
3. Loading and Unloading Vehicles
4. Domestic Power Tools
6-3 NOTIFICATION
The Contractor shall notify the City and the owners of all utilities and
substructures not less than 2 working days prior to commencing the Work. The
following list of names and telephone numbers is intended for the convenience of the
Contractor only and is not guaranteed to be complete or correct:
CITY OF PALM SPRINGS
Mike Lytar,Senior Public Works Inspector (760)323-8253
Valerie Wagner,Streets Maintenance Supervisor (760)323-8167
Dave Barakian, City Engineer (760)323-8253
Patrick Sweeney, Director of Facilities and Maintenance (760)323-8170
Vicki Oltean,Director of Recreation (760)323-8277
VERIZON
Attention: Mr.Larry Moore (760)778-3603
DESERT WATER AGENCY
Attention: Ms. Debbie Randall (760)323-4971
SOUTHERN CALIFORNIA EDISON COMPANY
Attention: Mr.Frank Jasso (760)202-4278
SOUTHERN CALIFORNIA GAS COMPANY
Attention: Ken Kennedy (909)335-7716
TIME-WARNER CABLE
Attention: Mr.Dale Scrivner (760)340-1312
SPRINT
Attention: Mr.Lynn Durrett (909)873-8022
UNDERGROUND SERVICE ALERT (800)227-2600
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
IFB 15.04 SPECIAL PROVISIONS-SECTION 6
Page 49 of 86
6-4 EMERGENCY INFORMATION
The names, addresses, and telephone numbers of the Contractor, sub-
contractors, their owners, officers, and superintendents, shall be filed with the Cih/s
Project Representative at the Pre-Construction Conference.
- END OF SECTION -
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
IFf3 75.04 SPECIAL PROVISIONS-SECTION 6
Page 50 of 86
SECTION 7 — RESPONSIBILITIES OF THE CONTRACTOR
7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be
revised to read as follows:
"The Contractor shall keep itself fully informed of all existing and future
State and Federal laws, and county and municipal ordinances and
regulations, which in any manner affect those engaged or employed in the
Work, or the materials used in the Work, or which in any way affect the
conduct of the Work, and of all such orders and decrees of bodies or
tribunals having any jurisdiction or authority over the same. He or she
shall at all times observe and comply with all such existing and future
laws, ordinances, regulations, orders, and decrees of bodies or tribunals
having any or all authority over the Work, and shall indemnify the City and
ees thereof connected with the Work including,all officers and employ g, but
not limited to, the City s Project Representative, 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 City's Project Representative in writing."
7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The
Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive,
of the California Labor Code relating to working hours. The Contractor shall forfeit, as a
penalty to the City, $25.00 for each worker employed in the execution of the contract by
the Contractor or by any subcontractor under him for each calendar day during which
such worker is required or permitted to work more than 8 hours in any one calendar day
or 40 hours in any one calendar week, unless such worker receives compensation for
all hours worked in excess of 8 hours per day, or 40 hours during any one week at not
less than one and one-half times the basic rate of pay.
7-3 Prevailing Wage Rates Not Applicable. - Funding for the Work is with all local
funds and, as provided under the City Charter, will NOT require compliance with the
prevailing wage requirements of the State of California.
7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of
a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179
through 3210 of the Civil Code of the State of California, the City shall, until the
discharge thereof, withhold from the moneys under its control so much of said moneys
due or to become due the Contractor under this Contract, as shall be sufficient to
answer the claim stated in such Stop Notice, and to provide for the reasonable cost of
any litigation thereunder, provided, that if the Citys Representative shall, in its
discretion, permit the Contractor to file with the City the bond referred to in Section
RESPONSIBILITIES OF THE CONTRACTOR
IFB 15.04 SPECIAL PROVISIONS-SECTION 7
Page 51 of 66
3196 of the Civil Code of the State of California, said moneys shall not thereafter be
withheld on account of such Stop Notice.
7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the
California Public Contract Code, the Contractor may substitute securities for any money
withheld by the City to ensure performance under the Contract. At the request and
expense of the Contractor, securities equivalent to the amount withheld shall be
deposited with the City or with a state or federally chartered bank as the escrow agent,
who shall return such securities to the Contractor upon satisfactory completion of the
Contract. Deposit of securities with an escrow agent shall be subject to a written
agreement for in-lieu construction payment retention, provided by the City between the
escrow agent and the City, which provides that no portion of the securities shall be paid
to the Contractor until the City has certified to the escrow agent, in writing, that the
Contract has been satisfactorily completed. The City will not certify that the Contract has
been satisfactorily completed until at least 30 days after filing by the City of a Notice of
Completion. Securities eligible for investment under Public Contract Code Section
22300 shall be limited to those listed in Section 16430 of the Government Code, and to
bank or savings and loan certificates of deposit.
7-7 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 1.2 meters (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.
7-8 Resolution of Construction Claims. - As required under Section 20104, et
seq., of the California Public Contract Code, any demand of $375,000 or less, by the
Contractor for a time extension, payment of money, or damages arising from the work
done by or on behalf of the Contractor pursuant to this Contract, or payment of an
amount which is disputed by the City, shall be processed in accordance with the
provisions of said Section 20104, et seq., relating to informal conferences, non-binding
judicially-supervised mediation, and judicial arbitration.
A single written claim shall be filed under this Article prior to the date of final payment for
all demands resulting out of the Contract.
Within 30 days of the receipt of the claim, the City may request additional
documentation supporting the claim, or relating to defenses or claims the City may have
against the Contractor. If the amount of the claim is less than $50,000, the Contractor
shall respond to the request for additional information within 15 days after receipt of the
RESPONSIBILITIES OF THE CONTRACTOR
IFB 15.04 SPECIAL PROVISIONS-SECTION 7
Page 52 of 86
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 documentation is
requested, the City shall respond within the same amount of time taken by the
Contractor to respond, or 15 days, whichever is greater, after receipt of the information,
if the claim is less than $50,000. If the claim is more than $50,000, but less than
$375,000, and further documentation is requested by the City, the City shall respond
within the same amount of time taken by the Contractor to respond, or 30 days,
whichever is greater.
If the Contractor disputes the City's response, or the City fails to respond, the Contractor
may demand an informal conference to meet and confer for settlement of the issues in
dispute. The demand shall be served on the City, within 15 days after the deadline of
the City to respond, or within 15 days of the City's response, whichever occurs first. The
City shall schedule the meet and confer conference within 30 days of the request.
If the meet and confer conference does not produce a satisfactory request, the
Contractor may pursue the remedies authorized by law.
7-9 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
therefore shall be included in the Bid item price named in the Contract for completion of
the Work as set forth in the Contract Documents.
7-11 INSURANCE
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:
INSURANCE AMOUNTS
Prior to commencing any Work, all contractors, vendors and service providers shall
procure and maintain, at their own cost and expense for the duration of their contract
with the City, appropriate insurance against claims for injuries to persons or damages to
property which may arise from or in connection with the performance of the work or
services. The types of insurance required and the coverage amounts are specified
below:
IFB 15.04 RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS-SECTION 7
I
Page 53 of 85
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-party
claims which may arise out of work or presence of a contractor, vendor and
service provider on City premises. At a minimum this policy shall:
• be written on a per occurrence basis; and
• include products and completed operations liability, independent contractors
liability, broad form contractual liability, and cross liability protection.
2. Automobile Liability Insurance is required only when vehicles are used by a
contractor, vendor or service provider in their scope of work or when they are
driven off-road on City property. Compliance with California law requiring auto
liability insurance is mandatory and cannot be waived. At a minimum this policy
shall:
• be written on a per occurrence basis; and
• include coverage for Bodily Injury and Property Damage, Owned, Non-owned
and Hired Vehicles; and
• include coverage for owned, non-owned, leased and hired vehicles.
If an automobile is not used in connection with the services provided by the
contractor, vendor or service provider, a written request to waive this requirement
should be made to the City's Risk Manager.
3. Workers' Compensation and Employer's Liability Insurances is required for
any contractor, vendor or service provider that has any employees at any time
during the period of this contract. Contractors with no employees must complete
a Request for Waiver of Workers' Compensation Insurance Requirement form
available from the City's Risk Manager. At a minimum, this policy shall:
• provide statutory requirements of the State of California; and
• include $1,000,000 Employer's Liability.
B. Minimum Limits of Insurance Coverage Required
Under$25,000 $500,000 per Occurrence/$1 Million Aggregate
$25,000 to $5 Million: $1 Million per Occurrence/$2 Million Aggregate
Over$5 Million: Limits to be determined by the City's Risk Manager
Umbrella excess liability may be used to reach the limits stated above.
C. General Standards for Insurance Policies
All insurance policies shall meet the following standards:
IFB Ir.04 RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS-SECTION 7
� r
Page 54 of 86
1. Insurance carrier is to be placed with duly licensed or approved non-admitted
insurers in the state of California.
2. Insurers must have a Bests rating of B+, Class VII, or higher(this rating includes
those insurers with a minimum policyholder's surplus of $50 Million to $100
Million). Exceptions to the Best's rating may be considered when an insurance
carrier meets all other standards and can satisfy surplus amounts equivalent to a
B+, Class VII rating.
3. Certificate must include evidence of the amount of any deductible or self-insured
retention under the policy.
D. Verification of Insurance Coverage
All individuals, contractors, agencies, and organizations conducting business for the
City shall provide proof of insurance by submitting one of the following: (1) an
approved General and/or Auto Liability Endorsement Form for the City of Palm
SDrinAS or (2) an acceptable Certificate of Liability Insurance Coverage with an
approved Additional Insured Endorsement with the following endorsements stated
on the certificate:
1. "The City of Palm Springs, its officials, employees and agents are named as an
additional insured' ("as it relates to a specific contract" or "for any and all work
performed with the City" may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have" ("as it relates to a specific contract" or"for any and
all work performed with the City" may be included in this statement). See
Example A below.
As an alternative to the non-contributory endorsement, the City will accept a
waiver of subrogation endorsement on the General Liability policy. At a minimum,
this endorsement shall include the following language:
"This insurance company agrees to waive all rights of subrogation against the
City of Palm Springs, its officers, officials and employees for losses paid under
the terms of this policy which arise from the work performed by the named
insured for the City."
3. "The insurance afforded by this policy shall not be cancelled except after thirty
days prior written notice by certified mail return receipt requested has been given
to the City." Language such as, "endeavor to" mail and "but failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its
agents or representative" is not acceptable and must be crossed out. See
Example B below.
RESPONSIBILITIES OF THE CONTRACTOR
IFB 15.84 SPECIAL PROVISIONS-SECTION 7
Page 55 of 66
The Workers' Compensation and Employer's Liability policies shall contain waiver of
subrogation clause in favor of City, its elected officials, officers, employees, agents
and volunteers. See Example C below.
In addition to the endorsements listed above, the City of Palm Springs shall be
named the certificate holder on the policy.
All certificates and endorsements are to be received and approved by the City
before work commences. All certificates of insurance must be authorized by a
person with authority to bind coverage, whether that is the authorized agent/broker
or insurance underwriter. Failure to obtain the required documents prior to the
commencement of works hall not waiver the contractor's obligation to provide them.
E. Acceptable Alternatives to Insurance Industry.Certificates of Insurance
The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form
specific to a particular insurance company that has similar wording) as long as the
form is accompanied by a CG 20 37 10 01. In addition, the City will accept the
following:
• A copy of the full insurance policy which contains a thirty (30) days' cancellation
notice provision (ten (10) days for non-payment of premium) and additional
insured and/or loss-payee status, when appropriate, for the City.
• Binders and Cover Notes are also acceptable as interim evidence for up to 90
days from date of approval
F. Endorsement Lanouage for Insurance Certificates
Example A.
THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN
IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN
CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED
UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT,ANY OTHER INSURANCE
MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF
THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT.
Example B:
SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING INSURER WILL ENDr-AVOR T MAIL 30 DAYS" WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN 96FF
FAILURE TO MA11 OI IG14 NOTICE SHALL IMPGSE 010 0OL'GATI__ON O!1
LIABILITY Or ANY KIND I IRON THE INSURER TQ AGFI.ITS OR
v ANY,T—,artv--orvrrmc„�eercc,t,�To���e Tv—vrc
REPRESENTATIVES.
*The broker/agent can include a qualifier stating '10 days notice for
nonpayment of premium."
IFB 15.04 RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS-SECTION 7
Page 56 of 86
Example C:
IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES
THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL
INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES
DESCRIBED IN THE CERTIFICATE ATTACHED HERETO.
G. Alternative Programs/Self-Insurance
Under certain circumstances, the City may accept risk financing mechanisms such
as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive
insurance programs and self-insurance programs as verification of insurance
coverage. These programs are subject to separate approval once the City has
reviewed the relevant audited financial statements and made a determination that
the program provides sufficient coverage to meet the City's requirements.
H. Waiver of Modification of the Insurance Requirements
Any waiver or modification of the insurance requirements can only be made by the
City's Risk Manager or designee at City's discretion. If you do not believe that the
insurance requirements apply to you (e.g., you do not have employees and are not
subject to the State workers' compensation insurance requirements; you do not
drive an automobile in connection with the services you provide to the City;
professional liability or errors and omissions liability insurance is not available for the
type of services you are performing, etc.), please submit a written request for waiver
or modification of the insurance requirements and the reasons underlying your
request to the Risk Manager. All requests for waiver or modification will be reviewed
and a final determination rendered by the Risk Manager.
7-12 PERMITS
7-12.1 Business,License. The Contractor and all of its subcontractors shall possess a
current City business license issued by the City prior to commencement of the Work, in
accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a
Business License from the City of Palm Springs prior to commencement of work. The
Business License can be obtained from the City of Palm Springs, Business License
Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289.
7-12.3 City of Palm Springs Construction Permit. The Contractor shall be required to
obtain and sign a City of Palm Springs Construction Permit prior to commencement of
the Work, but the fee for this permit shall be waived. The Construction Permit can be
obtained from the office of the Engineer.
7-14 SITE CLEAN-UP
Throughout all phases of construction, including suspension of work, and until final
acceptance of the project, the Contractor shall keep the work site clean and free from
RESPONSIBILITIES
IFB 15-04 SPECIAL PROVISIONS CONTRACTOR SECTION 7
Page 57 of 86
rubbish and debris. The Contractor shall also abate dust nuisance, as required in
Section 7-15 of these Special Provisions. The use of water resulting in mud on public
streets will not be permitted as a substitute for sweeping or other methods.
Materials and equipment shall be removed from the site as soon as they are no longer
necessary, and upon completion of the work and before final inspection the entire
worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so
as to present a satisfactory dean and neat appearance, as approved by the City's
Representative. All cleanup costs shall be absorbed in the Contractor's bid.
Full compensation for all work required in this section shall be considered as included in
the contract prices paid for the related items of work and no additional compensation
will be allowed therefore.
7-15 DUST CONTROL
7-15.1 General
A. The Contractor shall be responsible for stabilizing the disturbed soil during
construction (if applicable). The method which it will use must be approved by the
City's Representative. if a water meter is required by the City's Representative during
construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971
to obtain said meter. The cost of this work shall be included in the price of various
items in the Bid Schedule, and no additional payment will be made therefore.
B. The Contractor shall be responsible for maintaining the project site and providing
adequate dust control 24 hours a day, everyday, throuah the duration of the
ro ect in conformance with City requirements, Section 7-8 of the Standard
Specifications, and to the satisfaction of the City's Representative.
- END OF SECTION -
IFB 15-04 RESPONSIBILITIES OF THE CONTRACTOR II,
SPECIAL PROVISIONS-SECTION 7
Page 58 of 88
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
(BLANK)
- END OF SECTION-
FACILITIES FOR AGENCY PERSONNEL
IFB 15-04 SPECIAL PROVISIONS-SECTION 8 -PAGE 58
U
Page 59 of 86
SECTION 9 - PAYMENT
9-1 GENERAL
9-1.1 Payment. - Payment for the work, 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 work, in
accordance with the provisions for Measurement and Payment in the Standard
Specifications and these Special Provisions, including all appurtenances thereto, and
including all costs of compliance with the regulations of public agencies having
jurisdiction, including the Safety and Health Requirements of the California Division of
Industrial Safety and the Occupational Safety and Health Administration of the U.S.
Department of Labor(OSHA).
9-1.2 Partial and Final Payments. - Acceptance of any progress payment
accompanying any estimate without written protest shall be an acknowledgement by the
Contractor that the number of accumulated contract days shown on the associated
statement of working days is correct. Progress payments made by the City to the
Contractor after the completion date of the Contract shall not constitute a waiver of
liquidated damages.
Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent
retention will be withheld from each payment. All invoices and pay requests shall be
approved by the City's Project Representative before submittal to the City for payment.
All billings shall be directed to the City's Project Representative.
The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for
the entire amount covered by such invoice; valid unconditional waivers of lien from the
Contractor and all subcontractors and material-men for all work and materials included
in any prior invoices;
Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262.
Prior to final payment by the City, the Contractor shall submit a final waiver of lien for
the Contractor's worts, together with releases of lien from any subcontractor or material-
men.
Payments shall be processed in accordance with Section 9-3 "Payment" of the
Greenbook Standard Specifications for Public Works Construction, provided, however,
that the Contractor shall make an estimate of the work performed prior to the closure
date of each month to serve as the basis of an invoice for making monthly payments.
The closure date shall be established as the last day of the month in which work is
performed. The City's Project Representative shall review the Contractor's monthly
estimate of the work, and shall either reject or approve the estimate. If rejected, the
Contractor shall revise the monthly estimate of work, and resubmit for approval by the
City's Project Representative. The Contractor shall receive payment by mail to the
IFS 15.04 MEASUREMENT AND PAYMB4T
SPECIAL PROVISIONS-SECTION 9
U �
Page 60 of 86
Contractors business address within 30 days of the City's Project Representiative's
approval of the Contractor's monthly estimate of the work. Payments shall not be made
more frequently than once per month.
The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and
the following substituted therefore:
After 35 days of the City's recordation of a Notice of Completion with the County
Recorder, or as prescribed by law, the amount deducted from the partial
payments and retained by the City will be processed for payment to the
Contractor, except for such amounts as are required by law to be withheld by
properly executed and filed notices to stop payment, or as may be authorized by
the Contract to be further retained.
9-2 PAYMENT FOR MOBILIZATION.
Payment for mobilization will be based upon completion of such work as a lump sum,
non-proratable pay item, and shall require completion of all of the listed items during the
first 10 days following the Notice to Proceed.
The scope of the work for mobilization 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.
2. Installing temporary construction power, wiring, and lighting facilities.
3. Establishing fire protection system.
4. Providing on-site communication facilities for the Contractor and the
City's Project Representative.
5. Providing on-site sanitary facilities and potable water facilities.
6. Obtaining and paying for all required bonds, insurance, and permits.
7. Posting all OSHA-required notices, and establishment of OSHA-
approved safety programs.
8. Having the Contractor's superintendent at the job site full-time.
9. Submitting of the required Construction Schedule, as specified in the
Section 6-1, "Construction Schedule and Commencement of Work"
of the Standard Specifications.
MEASUREMENT AND PAYMENT
IFB 15-04 SPECIAL PROVISIONS-SECTION 9
Page 61 of 86
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements of Section 2-5.3, "Submittals"of the Standard Specifications.
No payment for any of the listed Mobilization Work items will be made until all of the
listed items have been completed to the satisfaction of the City's Project
Representative.
The Contractor's attention is directed to the condition that 5 percent of the total Contract
Price will be deducted from any money due the Contractor until all mobilization items
listed above have been completed as specified.
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 shall be in addition to the retention of any
payment pursuant to the provisions of Public Contract Code 22300.
- END OF SECTION -
IFB 15.84 MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS-SECTION 9
I
Page 62 of 86
SECTION 10 — CONSTRUCTION DETAILS
10 GENERAL
10-1 RECORD DRAWINGS
The Contractor shall keep a complete set of record drawings at the job site. The
Construction Plans shall be legibly marked showing each actual item of record
construction including:
1. Field changes of dimensions, locations and/or materials with details as required to
clearly delineate the modifications.
2. Any details not in the original Construction Plans developed by the City throughout
construction necessary to clarify or modify the Construction Plans.
The Contractor shall maintain all record information daily and make this information
available to the Project Inspector upon request. The Contractor's progress payment will
not be approved unless project record drawings are current.
10-2 LOCATION AND DESCRIPTION OF THE WORK
10-2.1 General Location. -
The work location will be performed at the Cerritos Field located at the southwest comer
of the intersection of Baristo Road and Pavilion Way in the City of Palm Springs, CA
92262.
10-3 REMOVALS. — Items to be legally disposed of pursuant to these specifications
are the responsibility of the Contractor.
10-4 ELECTRICAL and IRRIGATION
10-4.1 Codes and Standards. All electrical work shall comply with National Electrical
Code, latest edition, local utility company regulations, and City of Palm Springs codes
and ordinances. All irrigation work shall comply with applicable City codes and the
irrigation plans applicable to this project and all applicable requirements.
10-4.2 Record Drawings. During progress of the work, the Contractor shall maintain
an accurate record of all items.
- END OF SECTION -
IFB 15-04 CONSTRUCTION DETAILS
SPECIAL PROVISIONS-SECTION 10
u r
Page 63 of 86
CITY OF PALM SPRINGS
PROCUREMENT & CONTRACTING DEPARTMENT
PART III - APPENDIX
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
Plans, Specifications and Drawings by Landscape Architects, Hermann Design
Group, Inc., Chris Hermann, RLAIASLA and MRC Engineering, Inc. on behalf of City
on the following pages:
INDEX:
Section 02230—Site Clearing
Section 02796—Synthetic Grass
Section 02810— Irrigation Systems
Section 02900 — Planting
Section 02880— Play Field Equipment
Drawings are available on a separate PDF Document
Sheet L 0.0 —Cover Sheet
Sheet L 1.0 —Demolition Plan
Sheet L 2.0— Construction Plan I Details
Sheet L 3.0—Irrigation Plan
Sheet L 3.1- Irrigation Details
Sheet E 1.0 - Electrical Plans and Details
Sheet S 1.0—Structural Engineering
Please see the instructions in the Notice Inviting Bids on how to register for this
project as a Plan Holder and obtain the Plans, Specifications and Drawings
referenced above.
IFB 15.04 PART III-APPENDIX
PLANS-SPECIFICATIONS-COVER PAGE
Page 64 of 66
SECTION 02230
SITE CLEARING
PART1 - GENERAL
1.1 SUMMARY:
1.1.1 Section Includes: Site clearing.
1.1.2 Related Documents: The Conditions of the Contract and the Special Provisions for
this project apply to this section as fully as if repeated herein.
1.2 PERFORMANCE REQUIREMENTS:
1.2.1 Clear the infield grass area and all existing brick dust, where indicated or as
necessary to prepare the site for installation of artificial turf. Provide 3" minimum rough grade to
adjacent turfgrass area of outfield.
1.2.2 Arrange and complete all work required for the start of installation. Erect temporary
barricades, enclosures and protections of adjacent property and existing work before site
clearing is started.
1.3 REGULATORY REQUIREMENTS:
1.3.1 Standard Specifications for Public Works Construction, Latest Edition including
County of Riverside, "Regional Supplement Amendments," and City of Palm Springs
"Supplement Amendments."
1.3.2 City of Palm Springs Standard Special Provisions.
1.4 PROJECT CONDITIONS:
1.4.2 The drawings show general information only. Examine the site to determine the
exact existing conditions and character and extent of the construction activities to be
performed and clearing operations required.
.1 The failure or omission to visit the site and become acquainted with the existing
conditions shall not be considered as relief from obligations with respect to contract.
1.4.3 Traffic: Conduct site clearing operations to ensure minimum interference with
roads, streets, walks, other adjacent occupied or used facilities. Do not close or
obstruct streets, walks or other occupied or used facilities without permission from
authorities having jurisdiction.
1.4A Existing Utilities:
.1 Existing underground and overhead lines indicated are shown from best possible
information available. Verify location before start of site clearing operations.
IFB 1544
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SITE CLEARING
02230-64
Page 65 of 86
.2 It shall be understood and agreed that certain lines cannot be or have not been
located and no indication is contained on the Drawings or referred to in the Specifications (i.e.
storm drainage, electrical, plumbing, sewer, water or gas); therefore, exercise extreme caution
during clearing, grading, excavating, trenching, and similar construction activities. Should such
lines be encountered, give notice, in writing, and do not proceed until adequate investigation
has been made, the line identified, and instructions issued as to how to proceed.
1.4.5 Barricades and Work Areas: Provide barricades, warnings (signs and lighting),
and maintenance and supervision thereof, in accordance with applicable Federal, State
and local Codes and their respective requirements, or as may be directed from time to
time. Do not commence site clearing until barricades and warnings are in place.
1.4.6 Protection of Existing Trees and Vegetation: Protect existing trees and other
vegetation against unnecessary cutting, breaking or skinning of roots, skinning and
bruising of bark, smothering of trees by stockpiling construction materials or excavated
materials within drip line.
PART 2 - PRODUCTS (Not Applicable)
PART 3 -EXECUTION
3.1 EXAMINATION:
Examine and review the site and determine existing conditions which affect construction
operations.
3.2 PROTECTION:
3.2.1 Protect existing appurtenances and improvements, which are to remain. Repair or
replace damaged facilities promptly.
3.2.2 Provide and maintain bracing and shoring as required by applicable regulations for
safety.
3.2.3 Protection of Utilities: Preserve in operating condition, active utilities traversing or
within and about the site; protect property and items, including but not limited to piping,
conduits, drains, manholes, mains, laterals, catch basins, valve boxes, meters, and other
appurtenances and structures. Promptly repair damage to such utility or work due to
construction activities, to the satisfaction of the owning utility or municipal bodies having
jurisdiction.
3.2.4 No blasting or on site burning will be permitted.
3.3 SITE CLEARING:
3.3.1 Equipment: The use of proper equipment is the responsibility of the Contractor.
IFB 16-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SITE CLEARING
02230-65
Page 66 of 86
3.3.2 Disposition of Materials:
.1 Removed material is the property of the Contractor. Promptly remove to a legal
disposal area.
.2 Stockpiling of removed materials on the project site will not be permitted without
written approval from the City. Material suitable for topsoil may be stockpiled on site at a
location to be approved by the City.
3.3.3 Remove existing materials and items which are required to be removed, in such
manner that minimum damage and disturbance is caused to adjacent and connecting
construction. Repair or replace existing construction which is damaged by these operations.
3.4 NOISE ABATEMENT AND DUST PALLIATION:
3.4.1 Noise Abatement: Limit noise to a reasonable level as related to specific items of
equipment used and their hours of use. This does not preclude use of mechanical equipment,
i.e. jack hammers, powder-driven fasteners, and similar equipment. Provide noise abatement
control meeting the requirements of local noise abatement authority.
3.4.2 Dust Palliation: During turf and brick dust removal, keep dust, dirt and pollen from
vegetation from blowing or spreading by means of watering down at regular intervals and as
directed.
3.4.3 Air Pollution Controls: Meet the requirements of Section 11017 of the Government
Code and to the requirements of the South Coast Air Quality Management District.
END OF SECTION
0128=14
IFB 15.04
CITY OF PALM SPRINGS.
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SITE CLEARING
02230-66
Page 67 of 86
SECTION 02796
SYNTHETIC GRASS
PART 1 —GENERAL
1.4 SUMMARY:
1.4.1 Section Includes: Synthetic grass for the infield area as indicated on the Drawings.
1.4.2 Related Documents: The Conditions of the Contract and the Special Provisions for
this project apply to this section as fully as if repeated herein.
1.5 SUBMITTALS:
1.5.1 Product Data: Submit manufacturer's product data indicating materials, application
procedures, colors, other pertinent data.
1.5.2 Submit manufacturer's Care and Maintenance instructions.
1.5.3 Submittal procedures are specified in Section 10 of the Special Provisions.
1.6 QUALITY ASSURANCE:
1.6.1 Applicator Qualifications: A firm which has specialized in installation of types of
synthetic surfacing specified for not less than 3 years and which is acceptable to manufacturer
of synthetic surfacing materials.
1.6.2 Synthetic Surfacing Materials Manufacturer Qualifications: Obtain synthetic
surfacing materials of type specked from single manufacturer with not less than 3 years of
successful experience in supplying synthetic surfacing materials.
1.7 DELIVERY, STORAGE, AND HANDLING:
Deliver materials in the original containers bearing the name of the manufacturer and brand.
1.8 WARRANTY:
Ten (10) Years.
PART 2—PRODUCTS
2.1 MATERIALS:
2.1.1 Aggregate for Base Course: Meet the requirements of CALTRANS Section 26 for a
class 2 aggregate base, 1-1/2 inch maximum gradation.
2.1.2 Synthetic Grass: Acceptable product or equal:
IFS 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SYNTHETIC GRASS
02796-67
U �J
Page 68 of 86
ASTROTURF Diamond Series 3 Di
2.1.3 WEED BARRIER:
Weed barrier shall be a 5.3 ounce heavyweight UV stabilized non-woven polypropylene
landscape fabric, as manufactured by Phillips Fibers Corporation or approved equal.
2.1.3 Physical Properties: The synthetic grass material shall meet or exceed the following
characteristics:
.1 Face Weight: 45 ounces.
.2 Total Weight: 73 ounces.
.3 Yarn Type: Polyethylene/nylon
.4 Yam Cross Section: Diamond/Diamond
.5 UV Stablized
.6 Fabric Construction: Tufted
.7 Backing: Woven PP
.8 Pile Height: 1 1/8"
.9 Drain Rate: 30 inches per hour.
.10 Roll Width: 15.0feet.
.11 Fiber Thickness 9.5 mils
.12 Color: Field-Lime/Field
2.1.4 Glue 3PL by 3M
2.1.5 Seaming Cloth 162 mil
PART 3-EXECUTION
3.1 EXAMINATION:
3.1.1 Verification of Related Work: Before placing any materials, substantiate that the
required base course has been applied in accordance with synthetic surfacing manufacturer's
recommendations; that the rough grade, existing drainage, and irrigation valve boxes, heads
and headers are in place, and that the required elevations and dimensional layout have been
verified by a licensed civil engineer or surveyor.
IFB 15.04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SYNTHETIC GRASS
02796-68
Page 69 of 86
3.1.2 Starting of work will be considered acceptance by the Contractor of the rough grade
and other conditions involved.
3.2 INSTALLATION:
3.2.1 Install in strict accordance with manufacturers written installation instructions.
3.2.2 Once area is ready for installation of synthetic surfacing, add a two to four inch layer
of crushed aggregate until achieving the desired shape and contour. Work the aggregate with
a rake and hand tamp until the surface is compact and smooth.
3.2.3 Trimming: Position the synthetic surfacing material and trim to proper shape. If
using more than one roll, make certain the grain of the grass fibers point in the same direction.
3.2.4 Glue together seams,aligning two pieces of grass fiber edge-to-edge. Fold back the
edges to lay synthetic grass seaming cloth the length of the seam.
3.2.5 Secure the seaming in place as.directed. Apply seaming adhesive to the cloth per
manufacturers recommendations, spreading to a consistent thickness. After a few minutes,
slowly ease the two edges back together, checking the fit as you go.
3.2.6 To secure the synthetic grass, use five to six-inch galvanized nails or landscape
anchor pins around the perimeter and where necessary to keep the lawn flat.
3.3 CLEANING AND MAINTENANCE:
3.3.1 Using a landscape rake or broom, brush the fibers up and rinse with a garden hose.
Periodic brushing and rinsing will keep your synthetic grass looking fresh, natural and beautiful.
END OF SECTION
IFB 16.9d
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
SYNTHETIC GRASS
02796-69
Page 70 of 86
SECTION 02810
IRRIGATION SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY:
1.1.1 Section Includes: Landscape irrigation systems.
1.1.2 Related Documents: The Conditions of the Contract and the Special Provisions for
this project apply to this section as fully as if repeated herein.
1.2 REFERENCES:
The editions of standards and specifications published by the following organizations, and
referenced herein, apply to the work only to the extent specified by the reference.
American National Standards Institute (ANSI)
American Society for Testing and Materials (ASTM)
American Society of Sanitary Engineers (ASSE)
American Water Works Association (AWWA)
National Sanitation Foundation (NSF)
1.3 SUBMITTALS:
1.3.1 Product Data:
.1 Submit a list of irrigation equipment to be used, accompanied by manufacturer's
catalog data, specifications, or other literature clearly indicating compliance with specification
requirements for each item.
.2 Submit manufacturer's maintenance manuals and operating instructions for valves
and automatic controllers.
.3 On the inside surface of the cover of each automatic controller, prepare and mount a
chart showing the valves and sprinkler heads serviced by that particular controller. Number
valves to match the operation schedule and the drawings. Only those areas controlled by that
controller shall be shown. The chart shall be a plot plan, entire or partial, showing building($),
walks, roads and walls. A photostatic print of this plan, reduced as necessary and legible in all
details, shall be made to a size that will fit into the controller cover. This print shall be reviewed
and shall be hermetically sealed by plastic, and then be secured to the inside of the cover.
1.3.2 Record Drawings: Before final acceptance, make sure the following information is
included on the record set of drawings specified in Section 10 of the Special Provisions:
.1 Changes in location of items or type of installations from that indicated.
.2 Valves shall be numbered and corresponding numbers shall be shown.
IFB 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810 -70
Page 71 of 66
.3 Remote control valves, shut-off valves, and quick coupler valves shall be located by
measured dimensions. Dimensions shall be given to permanent objects and shall be to the
nearest one-half foot.
.4 Immediately upon the installation of buried pipe or equipment, indicate the locations
of said equipment. Dimensions shall be given from permanent objects such as buildings,
sidewalks, curbs and driveways.
1.3.3 Submittal procedures are specified in Section 10 of the Special Provisions for this
project.
1.4 REGULATORY REQUIREMENTS:
State and Municipal Codes and Regulations locally governing this construction, providing that
requirements indicated and specified do not conflict; however, those exceeding the Code
Requirements shall govern, unless written permission to the contrary is granted by the
Architect.
1.5 DELIVERY, STORAGE, AND HANDLING:
1.5.1 Because of the nature of plastic pipe and fittings, exercise caution in handling,
loading and storing, to avoid damage.
1.5.2 Store the pipe and fittings under cover until used. Transport pipe in a vehicle with a
bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue
bending or concentrated external load at any point.
1.5.3 Discard pipe that has been dented or damaged unless such dent or damaged
section is cut and rejoined with a coupling.
1.6 SEQUENCING AND SCHEDULING:
1.6.1 Install landscape headers, sidewalks, and mowing strips before installation of
sprinkler system, except that sleeves and mainlines under paving shall be in place before
paving construction.
1.6.2 Obtain permission, in writing, from the City at least 2 working days before shutting
off existing in-use water lines. The Contractor shall receive instructions from the Owner as to
the exact length of time of each shut-off.
1.7 MAINTENANCE MATERIALS:
1.7.1 Deliver the following items to the Owner when construction activities in connection
with the irrigation system are completed and before final acceptance of the Work:
.1 control valve keys.
.2 wrenches for removing each different type of sprinkler heads.
.3 48 inch tee wrenches for operating gate valves.
IFB 15A4
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810-71
Page 72 of 86
.4 quick coupler keys and hose bibb assemblies.
.5 keys for opening and locking each automatic controller.
PART2- PRODUCTS
2.1 MANUFACTURERS:
The design of the irrigation system is based on the manufacturers and products indicated.
Substitutions will be permitted only with the Landscape Architect's approval in accordance with
Section 4 of the Special Provisions for this project. Where such substitution will change the
coverage or flow rates of the sprinkler heads, the request for substitution shall include layout
plans showing revised sprinkler head locations. Such revised layout plan shall provide
coverages and watering rates equivalent to those indicated.
2.2 PIPE,FITTINGS, AND CONNECTIONS:
2.2.1 Sizes: Pipe sizes indicated are nominal inside diameter unless otherwise noted.
2.2.2 Polyvinyl Chloride (PVC) Pipe: NSF 14-78 and the following:
.1 Pressure Lines Upstream of Remote Control Valves and Quick Couplers:
a. Lines 2 Inches and Larger: ASTM D 2241, PVC 1120 or 1220, Class 315
(SDR 13.5).
b. Lines 1-1/2 Inches and Smaller: ASTM D 1785, PVC 1120 or 1220,
Schedule 40.
.2 Nonpressure Lines Downstream of Remote Control Valves:
a. Lines 3/4 Inch and Larger: ASTM D 2241, PVC 1120 or 1220, Class 200
(SDR 21).
b. 1/2 Inch Lines: ASTM D 2241, PVC 1120 or 1220, Class 315 (SDR
13.5).
.3 Polyvinyl Chloride Pipe Fittings and Connections: ASTM D 2464 or D 2466, Type ll,
Grade 1, Schedule 40, high impact molded fittings, manufactured from virgin compounds as
specified for piping, tapered socket or molded thread type, suitable for either solvent weld or
screwed connections. Machine threaded fittings and plastic saddle and flange fittings are not
acceptable.
.4 Flexible Risers: Line size IPS, PVC plastic threaded adapters securely held to
approximately 4.6 inches long synthetic rubber or flex-vinyl hose shanks, 85 pound minimum.
Acceptable products or equal:
King Brothers; Flex Riser
Excalibre; Multiflex
IFB 15.04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810 -72
Page 73 of 86
.5 Solvent Cement: ASTM D 2564.
.6 Identification:
a. Furnish plastic pipe continuously and permanently marked with following
Information: Manufacturers name or trade mark, size, class and type of pipe,
working pressure at 73.4 degrees F, and NSF rating.
b. Furnish fittings permanently marked with following information:
Nominal pipe size, type and schedule of material, and NSF seal of
approval.
2.2.3 Brass Pipe, Fittings, and Connections:
.1 Pipe: ASTM B 43, IPS, Standard weight, 125 pounds, 85 percent red brass.
.2 Fittings and Connections: ANSI B16.15-85, Standard 125 pound class, threaded, 85
percent red brass.
2.2.4 Galvanized Iron Pipe, Fitting and Connections:
.1 Pipe: ASTM A 53, standard weight.
.2 Fitting and Connections: ANSI B16.3-85, Class 150, zinc coated or ANSI B16.4-85,
Class 125, zinc coated.
2.2.5 Thread lubricant shall be teflon ribbon-type, suitable for threaded installations as per
manufacturers recommendations.
2.3 AUTOMATIC CONTROL COMPONENTS:
2.3.1 Automatic Controller: The irrigation controller is existing. The contractor shall verify
the location of the existing irrigation controller. Existing controller shall be protected in place.
2.3.2 Automatic Control Wire: Electric wiring runs from controller to the automatic control
valves shall be GA. 14 pilot and GA. 12 common, solid, single conductor, copper wire, 4/64 inch
insulation, 4/64 inch neoprene jacket, Style BR(Direct Burial).
2.3.3 Remote Control Valves: Normally closed electrically actuated diaphragm type, all
brass and stainless steel construction. 24 volt solenoid, one-piece epoxy encapsulated and
coated, operate on 2 watts real power. Removable top and serviceable seat disc, manual bleed
and flow control. Diaphragm one-piece molded construction with integral "O" ring seal
reinforced with 600 pound test fabric. Capable of multiangle installation and manual slow
closing operation without electrical power.
2.4 SPRINKLER HEADS:
IFS 1"4
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810 -73
Page 74 of 86
2.4.1 Pop-up Spray Type: Full or part circle pop-up spray type sprinkler body, stem,
nozzle and screen constructed of heavy duty plastic. The sprinkler shall have a soft wiper seal
for cleaning debris from pop-up stem as it retracts into case to prevent sprinkler from sticking
up. The sprinkler shall have a matched precipitation rate plastic nozzle with an adjusting screw
capable of regulating the radius and flow. The sprinkler shall have a strong stainless steel
retract spring for positive pop down. Pop-up height shall be as indicated. The sprinkler head
shall have a screen under the nozzle to protect it from clogging and for easy removal for
cleaning and flushing system. The sprinkler head shall have a bottom inlet and may have a
side inlet for ease of installation.
.1 The sprinkler shall be available in adjustable arc or in full or part circle configuration.
The adjustable arc sprinkler shall be adjustable from 40 degrees to 360 degrees in 1 degree
increments. Adjustments shall be made from the top of the riser assembly in either the up or
down position. The part circle unit shall be a fixed arc type available in 90 degree and 180
degree arcs.
.2 The pop-up sprinkler shall pop-up 4 inches with nozzle discharge point 3-3/4 inches
above grade. Nozzle shall be integrally molded multiple orifice type that can be changed with
tools included. Radius shall be adjustable by means of a plastic, alien diffuser pin. Nozzle
turret shall be molded with a service indentation to accept a tool for raising nozzle piston for
service.
.3 The sprinkler shall have a 3/4 inch NPT inlet and shall be accessible by a threaded
cap for easy service.
.4 The body of the sprinkler shall be constructed of non-corrosive heavy duty ABS.
The sprinkler shall be equipped with a filter screen for debris stoppage. The sprinkler shall also
be available in shrub model with the same nozzle package. The sprinkler shall carry a 2 year
unconditional warranty.
.5 All sprinkler heads with similar functions shall be of common manufacture and, with
the exception of shrubbery heads, shall be marked with the manufacturer's name and
identification in a position where they may be identified without being removed from the system.
2.5 VALVES AND VALVE ASSEMBLIES:
2.5.1 Quick Coupler Assembly:
.1 Quick Coupler Valves: 1 inch size, double lugged, locking cap, all brass or bronze
construction with vinyl yellow top.
.2 Quick Coupler Key: Brass or bronze with a hose bibb assembly.
2.5.2 Check Valves:
.1 2 Inch and Smaller Valves on Nonpressure Lines: Brass, bronze, or plastic, 100
pound class, vertical spring loaded and swing check.
.2 2-1/2 Inch and Larger Valves on Pressure Lines: Cast iron, 150 pound class, with
no slam feature.
IFS 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810-74
Page 75 of 86
2.5.3 Gate Valves:
.1 Gate Valves 2-1/2 Inch and Smaller: 150 pound class, all brass/bronze construction,
single wedge disc, integral taper seats, nonrlsing stem, screwed bonnets, bronze cross handle
and a brass/bronze ground joint union connection at the down stream outlet. Valves shall be
capable of being repacked while under pressure.
2.5.4 Ball Valves: Valve shall be Type I, Grade 1 polyvinyl chloride (PVC) type 1220, of
double true union design, with Teflon seats and Viton "O" rings. Valve shall have a pressure
rating of 150 psi (10.5 kg/sq cm).
2.5.5 Anti-drain Valves: Plastic construction, with soft composition disc, stainless steel
internal parts, and with spring tension adjustable from 4 psi to 15 psi. Valves shall prevent low
head drainage quickly and positively after RCV shut-off.
2.5.7 Backflow Preventer:
Backflow preventer is existing. Contractor to protect In place.
2.5.8 Wye Strainers:
.1 2 Inch and Smaller Strainers: Brass or bronze body, 300 pound class with internal
screen of 20 mesh stainless steel and tapered self aligned seats.
.2 2-1/2 Inch and Larger Strainers: Cast iron body, 125 pound class with 50 mesh
monel metal screen.
2.6 Gravel: Clean, crushed aggregate, pea size to be install in valve boxes.
2.7 ACCESSORY MATERIALS:
2.7.1 Valve Boxes: Boxes shall be plastic valve boxes with lockable covers. Minimum
sizes of valve boxes shall be as follows:
.1 Remote Control Valves: 16" by 10".
.2 Gate, Globe, and Ball Valves: 10" inch diameter.
2.7.2 Tracer Wires: No. 12, Type TW plastic coated copper wires.
PART 3- EXECUTION
3.1 EXAMINATION:
3.1.1 Before start of installation of the irrigation system, examine the site to:
.1 Verify location of existing underground utilities valves, manholes, catch basins, and
other appurtenances that will affect the layout of the sprinkler system.
IFB 16-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810 -75
I
Page 76 of 86
.2 Verify location of existing trees, new specimen trees, and other obstructions that will
affect the layout of the sprinkler system.
.3 Verify location of stub outs and points of connection to the water supply system.
.4 Verify grades to determine that work may safely proceed, keeping within the
specified trench depths.
3.2 PREPARATION:
3.2.1 Locations indicated are diagrammatic and approximate only and shall be changed
and adjusted as necessary and as directed to meet existing conditions and obtain complete
water coverage.
3.2.2 Sprinkler lines shall have a minimum clearance of 6 inches from each other and from
other utility lines or per local code. Do not install parallel lines directly over one another.
3.2.3 Stake out locations of all pipe, valves, equipment and irrigation heads and emitters
using an approved staking method and maintain the staking of the approved layout until
installation is completed.
3.3 EXCAVATION AND BACKFILLING OF TRENCHES:
3.3.1 Excavation and backfilling of trenches shall comply with Section 7.7 of the Special
Provisions, the plan documents, and the following additional requirements:
.1 When trenching through areas where topsoil has been spread, deposit topsoil on
one side of trench and subsoil on opposite side.
.2 Provide sand bedding a minimum of extending 2 inches under, around and 2 inches
above top of pipe for PVC plastic pipe and brass piping.
3.4 INSTALLATION OF PIPE:
3.4.1 Polyvinyl Chloride Pipe:
.1 Pipe shall be cut using approved PVC pipe cutters only. Sawed joints will not be
permitted. All field cuts shall be beveled to remove burrs and excess before fitting and gluing
together.
.2 Pipe ends and fittings shall be wiped with MEK, or other primer recommended by the
pipe manufacturer, before welding solvent is applied. Socket joints shall be made in
accordance with recommended procedures for joining PVC plastic pipe and fittings with PVC
solvent cement by the pipe and fitting manufacturer and procedures outlined in the Appendix of
ASTM D 2564. Welded joints shall be given a minimum of 15 minutes to set before moving or
handling.
IFB 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810 -76
Page 77 of 66
.3 When connection is plastic to metal, PVC female adapters shall be used with short
(not close) brass threaded nipples if needed to complete the connection. Joints shall be made
with 2 wraps of Teflon tape and hand tightened plus one turn with a strap wrench.
.4 Assemble and place pipe lines having rubber ring seal joints in accordance with
manufacturer's written instructions.
.5 Snake pipe from side-to-side of trench bottom to allow for expansion and
contraction.
.6 Center load pipe with small amount of backfill to prevent arching and slipping under
pressure. Leave joints exposed for inspection during testing.
.7 No water shall be permitted in the pipe until inspections have been completed and a
period of at least 24 hours has elapsed for solvent weld setting and curing.
.8 At changes of direction of 45 degrees or more for pipes 2-1/2 inches and larger,
construct concrete thrust blocks against undisturbed earth with sufficient bearing to resist the
thrust of water.
3.4.3 Installation of Brass and Galvanized Iron Pipe:
.1 Cut piping by power hacksaw, circular cutting machine using an abrasive wheel, or
hand hacksaw. Do not cut brass piping with metallic wheel cutter of any description. Ream
and remove rough edges or burrs so smooth and unobstructed flow is obtained.
.2 Make threaded pipe connections using Teflon tape applied to male threads only.
3.4.4 Dielectric bushings shall be used for connections of piping of dissimilar metal
materials.
3.4.5 Tracer Wires:
.1 Install tracer wire on all nonmetallic(plastic) irrigation main lines.
.2 Place the tracer wire on the bottom of the trench under the vertical projection of the
pipe. Splice and solder joints and cover them with insulation type tape.
.3 Tracer wire shall follow the main line pipe and branch lines and terminate in the yard
box with the control valves. Provide enough length of wire or tape to make a loop and attach a
"Dymo-Tape"type plastic label with the designation "Tracer Wire".
3.5 INSTALLATION OF AUTOMATIC CONTROL COMPONENTS:
3.5.1 Automatic Sprinkler Controller: Test the existing controller after completion of
electrical connections.
.1 Make connections to control wiring within the enclosure of the controller. All wire
shall follow the pressure main insofar as possible.
IFB 1504
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810-77
Page 78 of 86
3.5.2 Remote Control Wiring:
.1 Install control wires a minimum of 18 inches below finish grade and minimum of 4
inches from pipe or fittings except at terminal points.
.2 Install control wires and irrigation piping in common trenches wherever possible.
.3 Maki-Cable Wire Splices: Allow only on runs of more than 300 feet, spliced as
follows:
a. Strip off minimum of 2-1/2 inches of insulation from each wire.
b. Twist on Sootchlok electrical spring connector, minimum 4 complete
turns.
c. Seal connector in epoxy resin.
d. Tape completed splice with Scotch 33 electrical tape.
3.5.3 Remote Control Valves: Install remote control valves in locations indicated, with a
cover of 8 inches minimum over top of flow control stem. Install a union type connection. Fit
each valve with a valve box, set over 1 cubic foot of pea gravel, and a cover.
3.6 INSTALLATION OF SPRINKLER HEADS:
Nozzle size of heads shall be adjusted to suit any particular conditions of the area. This shall
be done after the system has been thoroughly tested, immediately after written notification by
the Architect to do so.
3.7 INSTALLATION OF VALVES AND VALVE ASSEMBLIES:
3.7.1 Quick Coupler Assembly: Set valves plumb and true to finish grade and a maximum
of 12 inches from paving, walks, headers or curbs.
3.7.2 Valve Boxes: Install valve boxes as indicated. Install no more than one valve per
box. Stencil valve number and controller letter on underside of valve box lid.
3.7.3 Existing backflow preventer protect in place.
3.8 FIELD QUALITY CONTROL:
3.8.1 Testing: Subject the new installed mainline125 psi for a period of 4 hours. Perform
testing in the presence of the Landscape Architect. Obtain approval before backfilling trenches.
Do not cover lines until they have been inspected and approved.
3.8.2 Inspection: In cases where inspection of the sprinkler system construction is
required or where portions of the construction are specified to be performed under the direction
or inspection of the Landscape Architect, notify the Landscape Architect at least 3 working days
in advance of the time such inspection or direction is required.
IFB 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810-78
Page 79 of 86
3.8.3 Inspection will be required for the following parts of the construction:
.1 Upon installation and testing of main lines and lateral lines; when pipes are laid and
are to be submitted to pressure tests. Do not cover lines until they have been inspected and
approved.
.2 Upon installation and testing of valves, quick couplers, automatic controllers, and
control valves and wires.
.3 When the sprinkler system is completed, perform a coverage test, in the presence of
the Landscape Architect, to determine if the coverage of water afforded the lawn and planting
areas is complete and adequate. Furnish materials and perform construction required to
correct inadequacies in the coverage.
.4 Final inspection and performance test shall be at the same time as the final
Inspection of the landscape construction.
Mainline and Valve Layout—7 day notice
Mainline Pressure Test—7 day notice
Coverage Test—3 day notice
Final Inspection—7 day notice
3.9 CLEAN-UP:
As project progresses, maintain the site in a neat manner and remove unsightly debris as
necessary. After completion of construction, remove debris and containers used in
accomplishing construction. Sweep and clean sidewalks, asphalt, and concrete areas adjacent
to plantings.
END OF SECTION
IFB 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION IRRIGATION SYSTEM
IRRIGATION SYSTEMS
02810-79
Page 80 of 86
SECTION 02900
PLANTING
PART 1 -GENERAL
1.1 SUMMARY:
1.1.1 Section Includes: Sodding and repair of existing turfgrass areas; soil preparation/soil
additives, and maintenance newly installed sod areas.
1.1.2 , Related Documents: The Conditions of the Contract and Special Provisions for this
project apply to this section as fully as if repeated herein.
1.2 SCOPE:
• Finish Grading and Shaping Surfaces to Receive Sod
• Sod Installation
• Guarantee
1.3 DEFINITIONS:
The term "Planting Area" shall mean all areas to be planted with sod.
1.4 SUBMITTALS:
1.5 SITE CONDITIONS
1.5.1 Existing Conditions:
.1 Before excavation for planting sod locate underground utility lines still in use and
take proper precautions to avoid damage to such improvements. In the event of a
conflict between such lines and plant locations, notify the Landscape Architect and/or
City who will arrange for the relocation of one or the other. Assume responsibility for
making repairs to damage to existing facilities resulting from landscaping activities.
1.5.2 Field Measurements:
,1 Scaled dimensions are approximate. Before proceeding with landscaping,
carefully check and verify dimensions and immediately inform the Landscape Architect
and/or City of discrepancies between the drawings and specifications and actual
conditions.
1.6 GUARANTEES AND REPLACEMENTS:
1.6.1 Guarantee turfgrass/sod.
1.6.2 All guarantee periods commence from the time of final acceptance by the City at the
successful completion of the maintenance period.
IFB 15.04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLANTING
02900-80
Page 81 of 86
1.6.3 Replace all sod not in vigorous conditions noted during the maintenance period, as soon
as weather permits.
1.6.4 Replace within 14 days, sod found to not be in a vigorous condition noted within the
guarantee period.
1.6.5 Sod used for replacements shall be of the same kind and size as originally planted. Sod
shall be furnished, planted, and fertilized as specified and guaranteed.
1.6.6 Frost Damage: It is understood that frosts occur on occasion, and, as such, will be
treated as a no-fault "act of God." If so has been delivered to the site, but not planted, the
Contractor will replace any dead or damaged sod at no cost to the City. If sod has been
planted per these specifications prior to the frost, then the City shall be responsible for cost of
replacing frost-damaged plant material.
1.7 MAINTENANCE:
1.7.1 The maintenance period begins on the first day after all landscape work on this project
is complete, checked, accepted, and written approval from the Landscape Architect/City is
given to begin the maintenance period, and shall continue thereafter for no less than 90
continuous calendar days.
1.7.2 Turf Areas: Within the first 20 days of maintenance period:
.1 Remove all rocks or other debris that would constitute a hindrance to subsequent
mowing or present an untidy appearance.
.2 Repair all damage caused in performance of work.
.3 Fill all depressions and eroded channels with sufficient backfill mix to raise to
proper grade.
.4 Roll all lawn areas with a roller weighing approximately 16 pounds per lineal inch
to compact the soil around the roots and provide a smooth, even mowing surface.
.5 Mow turf with a reel mower when it reaches height of 3/4 of an inch. Mow to a
height of 1/2 inch and repeat as turf grows. Remove all cuttings.
PART2- PRODUCTS
2.1 TOPSOIL:
2.1.1 Existing soil on the site shall be used as topsoil for planting purposes where possible,
but shall be free of debris, oil, weeds, or other foreign matter. Contaminated soil shall be
removed and replaced with acceptable existing soil or imported soil.
2.1.2 Imported soil shall-be sandy textured. Silt plus clay content of this soil shall not be
greater than 15 percent by weight. The boron content of this soil shall not be greater than 1
IFB 15.04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLANTING
02900-81
) i
Page 82 of 86
part per million, as measured on the saturation extract. The sodium absorption ration (SAR)
shall not exceed 6.0 millimhos per centimeters at 25 degrees celsius.
2.2 FERTILIZERS AND SOIL CONDITIONERS:
2.2.1 Organic amendment shall be Greenwaste from a County licensed composting facility.
2.2.2 Commercial fertilizer shall have a minimum of 16 nitrogen, 6 phosphoric acid, S potash.
Deliver mixed fertilizer in standard bags, marked with weight, analysis and name of
manufacturer. Keep fertilizer in dry storage.
PART 3 - EXECUTION
3.2 SOIL CONDITIONING, FERTILIZING AND ROTOTILLING
3.2.1 All turf areas shall be graded to finish grade allowing for amendments, then incorporate
the following amendments evenly into the top 4"— 6" of soil for each 1,000 square feet of area,
unless test results require a change; do not add amendments until City and Landscape
Architect have reviewed test results:
• Three (3) cubic yards of nitrolized shavings, five (5) cubic yards of organic
amendment.
200 pounds Gro-Power Plus or approved equal.
All rocks or unbroken soil clods over 1-1/2" diameter brought to surface shall be
removed from the site.
Soil deemed to have significant clay content (greater than 15% by weight) shall
be amended accordingly prior to planning. (Specifics to be stated on a per
project basis.) It is the Landscape Contractor's responsibility to determine clay
content of soil and report it to the City.
3.2.2 The thoroughness and completeness of the roto-tilling and incorporation of the soil
conditioners/amendments shall be acceptable to the Landscape Architect and/or the City.
Slopes 2:1 and steeper, or as indicated, omit soil conditioner application and tilling.
3.3 FINISH GRADING:
3.3.1 Finish grades shall be as indicated.
3.3.2 Finish grades shall be measured as the final water compacted and settled surface
grades and shall be within + 0.1 foot of the spot elevations and grade lines indicated.
3.3.3 Finish grades shall be measured at the top surface of surface materials.
3.3.4 Molding and rounding of the grades shall be provided at all changes in slope.
3.4.5 Undulations and irregularities in the planting surfaces resulting from tillage, roto-tilling
and other operations shall be leveled and floated out before planting operations are initiated.
3.3.6 Take precautions to protect and avoid damage to sprinkler heads, irrigation lines, and
other underground utilities during grading and conditioning operations.
We 16.04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLANTING
02900-82
Page 63 of 66
3.3.7 Final finish grades shall insure positive drainage of the site with surface drainage away
from buildings, walls, and toward roadways, drains and catch basins.
3.3.8 Final grades shall be acceptable to the Landscape Architect and/or City before planting
operations will be allowed to begin.
3.3.9 Planting surfaces shall be graded with no less than 1 percent surface slope for positive
drainage.
3.4 Sodded Turf:
.1 Irrigate areas to be sodded prior to installation of sod. Soil shall be damp to a
depth of 2".
.2 Lay sod within 2 days of delivery. Do not leave rolls in hot sun longer than
necessary.
.3 Unroll sod carefully and place in staggered pattern of strips. Use a piece of 2" x
4" board to tamp each roll against the adjacent strips to eliminate joints and edges.
.4 Trim sod to conform to lawn shapes designated on planting plans.
.5 Irrigate thoroughly to provide good moisture penetration after sod is laid.
.6 Roll all sod areas with a Ryan Manufacturing Company or equivalent sod roller
no later than 2 days after installation. Sod shall be flush with the finish grad of existing
sidewalks, curbs, etc. A second rolling oil be necessary if the first does not meet with
expectations.
.7 Do not lay boarder areas with less than full width sod. (Sod width— 12", length —
48").
3.5 FIELD QUALITY CONTROL:
3.5.1 Inspection: Inspections herein specified shall be made by the Landscape Architect
and/or City. The Contractor shall request inspection in writing, in advance of the time
inspection is required.
3.5.2 Contractor shall be on the site at the time of each inspection. Inspection will be required
for the following parts of the landscaping:
.1 When turfgrass installation , and all other indicated or specified, except the
Maintenance Period, has been completed. Acceptance and written approval shall
establish beginning of the Maintenance Period.
.2 Final inspection at the completion of the 90-day maintenance period. This
inspection shall establish the beginning date for the one-year guarantee of all trees. A
liquid fertilizer system supplier agronomist shall be present at the final inspection.
IFa 15-64
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLANTING
02900-83
L) '
Page 84 of 86
3.5.3 Acceptance: Upon completion of the final inspection, the Contractor will be notified In
writing (1) whether the landscaping is acceptable; (2) of any requirements necessary for
completion and acceptance.
3.6 CLEAN UP:
As landscaping progresses, maintain all areas in a neat manner and remove unsightly debris as
necessary. After completion, remove debris and containers used In accomplishing landscaping.
END OF SECTION
IFB 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLANTING
02900-84
Page 85 of 86
SECTION 02880
PLAY FIELD EQUIPMENT
PART 1 - GENERAL
1.1 SUMMARY:
1.1.1 Section Includes: Exterior play field athletic equipment.
1.1.2 Related Documents: The Conditions of the Contract and the Special
Provisions for this project apply to this section as fully as if repeated herein.
1.2 REFERENCES:
The editions of specifications and standards referenced herein, published by the
following organizations, apply to the construction only to the extent specified by the
reference.
American Society for Testing and Materials (ASTM)
American Welding Society(AWS)
National Federation State High School Association (NFSHSA)
1.3 SUBMITTALS:
1.3.1 Shop Drawings: Submit shop drawings showing sizes, details of
construction, assembly, and other pertinent information. Provide diagrams, templates,
and installation instructions as required for the installation of items.
1.3.2 Product Data: Submit manufacturers literature and brochures, and
catalog cuts, showing complete details of all manufactured and fabricated items.
1.3.3 Submittal procedures are specified in Section 10 of Special Provisions for this
project.
1.4 REGULATORY REQUIREMENTS:
Except as modified by the requirements indicated or specified herein, exterior athletic
equipment shall meet the requirements of NFSHSA.
1.5 DELIVERY, STORAGE, AND HANDLING:
Deliver material in time to insure uninterrupted progress of the construction. Store
materials in a manner to preclude damage and permit access for inspection and
identification. Keep materials free from dirt, grease, and other foreign matter, and
protect from corrosion. Material showing evidence of damage will be rejected;
immediately remove from the site.
IFB 15-04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLAY FIELD EQUIPMENT
02880-85
I
/// Page 86 of 86
PART 2 - PRODUCTS
2.1 MATERIALS:
2.1.1 Concrete: Provide concrete for base posts consisting of 5.25 sacks of
cement per cubic yard, 1 inch maximum size aggregate, a maximum slump of 6 inches
and minimum compressive strength of 2,500 psi at 28 days. Provide concrete
materials, mixing and placing in conformance with applicable requirements specified on
the project plans.
2.2. INFIELD EQUIPMENT:
2.2.1 Home Plate: Acceptable product or approved equal:
Bolco; #300-AS
Provide home plates with steel anchor pins and wood anchor plates.
2.2.2 Bases: Acceptable product or approved equal:
Bolco; # 100-ML Base with Model #215-BAM Base Anchor Set
2.2.3 Pitcher's Mound: Acceptable product or equal:
The Perfect Mound —Off field model
Adult Model with Artificial Turf
PART 3 - EXECUTION
3.1 INSTALLATION:
3.1.1 Concrete for base sleeves: Provide size, width and depth in accordance with the
manufacturer's recommendations. Place evenly on all sides of base anchors.
3.1.2 Install base sleeves true and plumb.
END OF SECTION
IFS lr�04
CITY OF PALM SPRINGS
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHT POLE RELOCATION
PLAY FIELD EQUIPMENT
02880-86
L�
OF PAIA4 B
"'4
� Z
+o w
f C9//FORN�P
INVITATION FOR BID (IFB 16-04)
FOR
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT
ADDENDUM NO. 3
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following question and is hereby providing answer thereto:
Q 1: Is it acceptable to substitute a standard 8-year warranty and insurance policy from the turf manufacturer
and its approved turf installer, in lieu of the 10 year contractor warranty?
A 1: Yes.
DELETIONS/ADDITIONS TO THE SPECIFICATIONS:
Section 02230 — Site Clearing
Section 1.3.1 shall be deleted:
,
Section 02900— Planting
Section 3.3.1 shall be deleted:
And shall be replaced with:
3.3.1 Contractor shall refer to the plans for infield clay removal, turf removal and construction details.
New field elevation shall provide positive drainage away from infield to outfield areas. Existing grades
and drainage shall remain and a smooth transition of positive drainage flows will be provided where
artificial turf meets sod or existing turf areas.
Section 3.3.2 shall be deleted:
3.3.2 Finish gFades shall be FnessuFed as the final wateF Gempaeted and settled SuFfaGe grades and
A2:
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager,;
DATE: October 15, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 3 is required by signing and returning a copy of this addendum with
your response: Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive.
L�
OF PALM S
p�
Cq�JFORN�P
INVITATION FOR BID (IFB 15-04)
FOR
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
ADDTIONS TO THE SCOPE OF WORK/SPECIFICATIONS:
• Contractor shall provide a white artificial turf Slow Pitch location 6" x 24" that will be 50' from Home
Plate.
• Contractor shall provide a pitcher's rubber with sleeve and cap at 43' from home plate. Pitching rubber
is to be installed so that it is removable.
CLARIFICATION:
• The contractor may remove part of the southwest chain link fence and gates, if required, for access.
Contractor is responsible for replacement and repair to the satisfaction of the City. All turf areas that
are damaged from construction activities will be repaired to the satisfaction of the City.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
DATE: October 6, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with
your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive.
OF PALM IPA
.. y
i✓ c
N
�e
INVITATION FOR BID (IFB 15-04)
FOR
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFS DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers thereto:
Q 1: What is the start date for this project?
A 1: The start date will be determined after the bids have been received and the lowest responsive
responsible bidder has been determined, contract documents fully executed with receipt of bonds and
insurance and a Notice to Proceed has been issued. Bids are due on October 23id and under normal
circumstances it takes approximately 2-3 weeks for award and execution of contracts, bonds and
insurance. while we cannot provide a specific date at this time, generally we estimate a start date in
mid November 2014 with a desired completion date of January 9, 2015.
Q 2: 1 noticed that the qualifying license for Cerritos Field is a C-27. Will you be willing to open the license
class to A and or B?
A 2. In addition to the C-27license, the City will also accept the Class A Contractor's License or a D-
12 Specialty Contractor's license for this project as the Prime Contractor since the synthetic tuft
portion of this project is greater than 50% of the total. The Class B license is not applicable or
acceptable for this project
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
DATE: September 29, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with
your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive.
City of Palm Springs,CA
Procurement Cantractlrp l]ivision
BID ABSTRACT Bid Abstract
Vendors& Bid Amounts
BID #_ IFB 15-04
PROJECT
NAME: CERRITOS'FIELD
DUE DATE: 10/23/14 3PM CP
DESCRIPTION:
Total of all Bid Schedule Items
Witness BY:Date:
Page 12 of 66
BID DOCUMENTS
Only the following listed documents, Identified In the lower right comer as "Bid
Forms" shall be fully executed and submitted with the Bid at the time of opening of
Bids.
Bid (Proposal)
Bid Schedule(s)
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Failure of a Bidder to fully execute and submit all of the listed documents with the
Bid will render a Bid as non-responsive and subject to rejection.
IFB 15-04
COVER SHEET
BID FORMS
Page 13 of 86
BID SIGNATURE FORM
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:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
PROJECT #IFB 15-04
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 2 Date / 2 C1 /2 0 1 4
Number 2 Date to /OT/ 2 0 1 4
Number 3 Date t o / i 5 / 20 1 4
Number Date
Bidder has familiarized itself with the nature and extent of the Contract Documents, the
Work, the site, the locality where the Work is to be performed, the legal requirements
(federal, state, and local laws, ordinances, rules, and regulations), and the conditions
affecting cost, progress, or performance of the Work, and has made such independent
investigations as Bidder deems necessary.
In conformance with the current statutory requirements of California Labor Code Section
1860, 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.
IFB 15.04
BID SIGNATURE FORM
BID FORMS
Page 14 of 86
To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-
collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid
Forms, said Bidder further agrees to complete the Work required under the Contract
Documents within the Contract Time stipulated in said Contract Documents, and to
accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid
Price(s) named in the aforementioned Bidding Schedule(s).
Dated: i D 12 3 111 `t Bidder: a.
By: fdLkkd
(Signature)
Title: P v P s i r!p n-t-
IFB 15-04
BID SIGNATURE FORM
BID FORMS
Page 15 of 86
BID SCHEDULE (IFB15-04)
LUMP SUM PRICE FOR
CERRITIOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
All materials, equipment and labor necessary replace the infield of Cerritos Field with
artificial turf and relocate a lightpole as defined in this document. No changes to the
quantities defined in the specifications will be allowed unless directed and approved by
the City. This is a lump sum project with Itemized bids.
Item # Item Description Lump Sum Bid Price
Demolition/Rough Grading $ 2 3-30
plus
Irrigation $ ��
plus
Sod replacement $
plus
Artificial turf and all bases
plus
Lightpole relocation $ 2 0 9 Ar S
plus
Portable Mound
plus
GRAND TOTAL LUMP SUM PRICE (in figures) (Add all six (6) lines above to reach
this total)
$ ?- 000
(in words):
T(.) n hundytd and Flp4 teen +hnusand dollars
WARRANTY:
Warranty: The successful Bidder shall fully warrant all materials, equipment, and
workmanship against poor or inferior quality equipment, materials or workmanship that
they provide for the installation for a period not less than Ten (10) Years for the artificial
--- turf and 1 year for the other work from the date of final acceptance by the City.
The successful Bidder shall repair or replace inoperable equipment/material in a timely
manner so as to minimize the possible disruption of City operations resulting from said
inoperable equipment/material.
IFB 15-04 LUMP SUM BID SCHEDULE
BID FORMS
Page 16 of 86
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required
by including the acknowledgment with your Bid. Failure to acknowledge the Addenda
issued may result in your Bid being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addendum:
Addendum(s) # 1, 7 3 islare hereby acknowledged.
Bidders Name and Address:
P: aor [4 N11rie CZrPPro4
SCS I MPHH—py- ranean Palm QCSPrt Ir,A g2211
- W&al��r / 11)1/2 --:;111
Bidders Signature Date
IFB 15-04
LUMP SUM BID SCHEDULE
BID FORMS
Page 17 of 66
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, Contractor's License number 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, or $10,000.00, whichever is greater, 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.
Special Note: The Prime Contractor shall perform not less than 50% of the Work identified
in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in
excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive.
Bidders shall list the total % of Work to be performed by the Prime Contractor
HERE:SS..2% (shall not be less than 50%).
Contractor's Percent
License of Total
Worts to be Performed Number Contract Subcontractor's Name &Address
1. 1 in�E RP Ior 0Y) 491949 6i• lam'/-
e l>.
I
2.T_YYi9ortlnn '9 Sod gllGS3 S. I -/• F5�+a-tf LandSca�2e
t Sb ShQdd Ln.
ThPvynal , CA 22 �4
3.
4.
5.
IFB 15-04
LIST OF SUBCONTRACTORS
BID FORMS
Page 18 of 86
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
IFB 16-04 Bid Opening Date_October 23, 2014
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,
and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which
states:
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. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by
placing advertisements inviting proposals in local newspapers, sending request for proposals to
local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the
work or supply the materials or equipment. Any notice inviting bids which may require the use of
sub-contractors shall include notification of this subsection. The City Council or Director may
reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to
comply with the requirements of this subsection.
Bidders shall provide sufficient information to demonstrate that they have made good faith
efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined
in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted
with its Bid, Bidders shall identify local subcontractors not required to be identified on the List
of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish
materials and supplies for incorporation into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
Local firms that will furnish materials or supplies to the Bidder for this project:
WeS+ COcl5-4- �nnc) � C ra i l
L nL&)e c
r Y Stq I PI-orltar-hS
IFB 16.04
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS
Page 19 of 86
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
(CONTINUED)
In the event no local firms (as defined in Ordinance No. 1756) will provide services, or
furnish materials and supplies to the Bidder for this project, the Bidder shall provide
information sufficient to demonstrate its good faith efforts to retain or hire local firms to
(a) provide services and (b) to furnish materials and supplies for this project. Examples
of information accepted by the City to demonstrate good faith efforts shall be included
below:
A. The names and dates of each publication in which a request for participation by local
firms for this project was placed by the bidder (please attach copies of advertisements
or proofs of publication):
Publications Dates of Advertisement
N/A
B. The names and dates of written notices sent to local firms soliciting bids for this project
and the dates and methods used for following up initial solicitations to determine with
certainty whether the local firms were interested (please attach copies of solicitations,
telephone records, fax confirmations, etc.):
Names of Date of Follow Up Methods
firms Initial and Dates
Solicited Solicitation
7-4 L M0+Pvla1 I0 /10 2614 N/A
S,nLrt-hwP. 'I+ 6ni lder 10 ` 1 -7 /2014 N/A
Inla<-F Coost Sand 4 Brave; 10.4fL� 7-n14 N1A
IFB 15.04
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS
Page 20 of 86
C. The items of work which the bidder made available to local firms, including, where
appropriate, any breaking down of the contract work items (including those items
normally performed by the bidder with its own forces) into economically feasible units to
facilitate participation by local firms.
Items of Work Bidder Breakdown of Items Amount Percentage
Normally M Of
Performs Item Contract
(Y/N)
Redo all Irrigatlon
TrriaatlorN 4 Sod V and rtpin<P cnd j$ II , IZZ 5 • I '/•
I Ile 1 i ht
I-fg r� -t'lorl N3 y r1 AnWlna 2� g4ri q •(a�•
D. The names, addresses and phone numbers of rejected local firms, the reasons for the
bidder's rejection of the local firms, the firms selected for that work (please attach
copies of quotes from the firms involved), and the price difference for each firm if the
selected firm is not a local firm:
Names, addresses and phone numbers of rejected local firms and the reasons for the
bidder's rejection of the local firms:
N rq
Names, addresses and phone numbers of firms selected for the work above:
rAow FI CtncL 14, 0 - -200 - 5 '191
-1 9101 •Spap Ln . . Suite h . Balm L212SP_YY ;G_R 47_2211
Fsi-a-FP 1 ands<aF7P -7 ro0 - 27 2 - SO S 1
1 '4156 Shaddy Ln "ThtrWCII fFl R22-74
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
IFS 15.04
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS
Page 21 of 86
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California )
ss.
County of t ide )
I, Jprntn lC_ U3a being first duly sworn, deposes and says that
he or she is of ?yck1J;ne a?ens Inc. ,
the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not
directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder
or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the
Bidder has not in any manner, directly or indirectly, sought by agreement, communication,
or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix
any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to
secure any advantage against the public body awarding the Contract of anyone interested
in the proposed Contract; that all statements contained in the Bid are true; and, further,
that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent thereof, to effectuate
a collusive or sham Bid.
Bidder N l S fit:
By ^
Title l [Ie(A
Organization t�.1 k WAP- (21 ceens I Y\C
Address_ —75t)(A "ed tkerrctrtean
alm Dnerk CA 92Z11
IFB 15-04
NON-COLLUSION AFFIDAVIT
BID FORMS
Page 22 of 86
ALL-PURPOSE ACKNOWLEDGMENT
Stateof CAL��D�N(A
Countyof
On 10123 I 1 y before me, Ll(lfa a `Wl V1A. ff6 r�j PL{b 1t G
Date Name,Title of Officer
personally appeared i n ic- UU R V
NAME(S) OF SIGNER(S)
who 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 helshe/they executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
Wi es y hand fficial seal.
LINDA ROCHA
--- Commission# 1958006
--d Notary Public .California z
Signature of Notary z Riverside County
My Comm.Expires Nov 20.2015
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent
attachment of this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document ��-000 uSf on f iAtlJ(+
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signers) Other Than Named
Above
IFB 1"4
NON-COLLUSION AFFIDAVIT
BID FORMS
r
Page 23 of 86
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That Back Nine Greens , Inc. as Principal, and
Developers Surety and Indemnity Company as Surety, are held
and firmly bound unto the City of Palm Springs, hereinafter called the"City"in the sum of:
Ten Percent of Bid Amount dollars
(not less than 10 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:
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION
IFB 15-04
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 22nd dayof October , 2014.
PRINCIPAL: Back Nine Greens , Inc .
(Check one:_individual,_partnership, _=corporation)
(Corporations require two signatures;one from each of the following groups:A.Chairman of Board,President,or any Vice President;AND B.
Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer).
�.. aollee I -Viceflesic6t-F
e
SURETY: Developers Surety and
\ Signature(NOTARIZED) Indemnity Company
Print m d Titl i
�-
119t Cruet P � Signature(NOTARIZED)
Signature(NOTARIZED) Print Name and Title
Print Name and Title: Diane M Nielsen
Attorney in fact
IFB 18.64
BID BOND(BID SECURITY FORM)
BID FORMS
STATE OF CALIFORNIA
}
COUNTY OF RIVERSIDE
ON ��/d o� , BEFORE ME, LINDA ROCHA, Notary Public
PERSONALLY APPEARED: Diane M.Nielsen
Who proved to me on the basis of satisfactory evidence to be the person (s) whose name (s) is/are
subscribed to the within instrument & acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies),and that by his/her/their signatures(s) on the instrument the
person (s), or the entity upon behalf of which the person (s) acted,executed the instrument.
I certify under penalty of perjury under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. LINOA ROCHA
Commission # 1958006
(" _ •"q Notary Public-California i
Riverside County
Signatu e: My Comm. Expires Nov 20, 2015
Linda Rocha,Notary Public
ALL PURPOSE ACKNOWLEDGMENT
( POWER OF A17ORNEY FOR
DEVELOPERS SUREFYAND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725,IRVINE,CA 92623 (949)263MM
KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each
hereby make,constitute and appoint
`Van G.Tanner, Paul W. Lewis, Mathew S.Costello,Ann Willard, Sal C. Sandoval, Diane M. Nielsen,jointly or severally*"
as their true and lawful Alfomey(s)dn-Fad,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety-
ft giving and granting unto said Atomey(s)-in-Fact full pawn and authority to do and to perform every ad necessary,requisite or proper to be done In connection therewith as each of
said corporations could do,but reserving to each of sold corporations full power of substitution and revocation,and all of the ads of said Atlomey(s)-InFacL pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney Is granted and is signed by facsimile under and by augwrity of the following meolullons adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1 d,2008.
RESOLVED,that a cambinaton of any two of the Chalon of the Board,the President,Executive Vice-President,Senior Vice-President or any Vide President of the
corporations be,and that each of them hereby is,autrodzed to execute this Pourer of Mooney,qualifying the attomey(s)named In the Power of Attorney to execute,on behalf of the
corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,autrorized
to a"he execution of any such Pourer of Attorney-,
RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or fo any onfificate raladng thereto by facsimile,and any such
Power of Attorney a certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking
or contract of suretyship to which it a attached.
IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severalty caused these presents to be signed by
their respective officers and attested by ihek respective Secretary orAssistant Secretary this October 4th,2011.
By. ""j��pNO JP.., pANY
Daniel Young,Senior Mee-President t`j -�pp0.....r" s 40 PPOq�dv
,/. S Q � - a l 40 ,rcn0021
�-1rV0 A xr
i hu! 10 in. f OCT.5 O
B Steve A TvedL Vice-President >l 1936 r;o8- p 1987
Daa 2i CHC/FOPN\P a`
Slate of California "�...� -, �'"""
County of Orange '
On Odober4.2011 before me, AnWoAhamdo,Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Daniel Young and Steve A Tyedt
Names)of Bi9ner(a)
who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)islare subscribed to
�h the will Instrument and aclmavledged 10 me that helshelihey executed the same in hlslher#Mlr autlrorized
�V,,,,,,,,, I[ capaWies),and that by his/her/their signature(s)on Me instrument tine person(s),or the entity upon behalf of
GONM1.* 1BON43 A which the person(s)acted,executed the Instument.
UC CAL10"MIA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is
DI4AIIOE000NfY We and correct.
MY tornrn. Aug.9,413
WITNESS my hand and official seal. 64a44110-
Place Notary Seal Above Signature
Antonio Alvarado,Notary Pubic
CERTIFICATE
The undersigned,as Secretary orAssisant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby
certify that the foregoing Power of Atorney remains in full face and has not been revoked and,furthermore,that be provisions of the resolutions;of be respective Boards of Directors of
said corporations set font in the Power of Attomey are in force w of the data of this Certificate.
This Certificate is executed in the City of Irvine,California,this2 2 n$jay of 0 c t o b e,r ir 2014
'Gregg Oku istant Secretary
ID-1380(Rev.10111)
Page 24 of 86
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:
P>nr le Aline P,7rePn 5:
-isoGi MPdi tCrrranPan
Pnlrn De5CY7r , C'R gZZ1I
2. CONTRACTOR'S Telephone Number: (-7foo )
Facsimile Number: (-t f,o 45 - S 8 q 4
Email: mi icP . hall 0 backnine ctreenS• Cahn
3, CONTRACTOR'S License: Primary Classification r - 2-7
State License Number(s) '7 q 3-7q i
Supplemental License Classifications
4. Surety Company and Agent who will provide the required Bonds on this Contract:
NameofSurety l7Pvelnpers Surety t IndemnifvT— o
Address P- o. P o x 1 9.7 z S
Irvine CA qZ (- 2 �
Surety Company
Telephone Numbers: Agent (?(oo) S&b- 47oo Surety (9-lF9 ) 2 . 3 - 3 300
5. Type of Firm (Individual, Partnership or Corporation): C o r"ratIn n
6. Corporation organized under the laws of the State of: C' 0 11 fo rn 1 a
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:
Iharnmir- Moppi president
lr4otiee t�,lnpi2i Vice Qresidenr
IFB 15-04
BIDDERS GENERAL INFORMATION
BID FORMS
Page 25 of 86
BIDDER'S GENERAL INFORMATION (Continued)
8. Number of years experience as a contractor in this specific type of construction work:
9. List at least three related projects completed to date:
a. Owner U S F Address ? 130 Ful}0n 4'YreP^r
SAn ranns<O, g411-1
Contact'_fav S+a-Pfo r A_ Class of Work A rt i�)c ir. I Tu r-P
Phone +i s- 4zz- zssoo Contract Amount 4 -7 5 . +oo
Project usF go.sebaii Field Date Completed I i f -Z zo I I
Contact Person S°T oxelephone number
3380 1-I Mile I7r.
b. Owner 4all Landse6 p Address p bbie Peach -r-A g3gS3
Contact ramooY n ClassofWork nu+tlnq Green
Phone 6si- toss - 3sbe6 Contract Amount 9 6q . 9 -Ag
Project µoak Residence Date Completed in Jo-7' zoi3
Contact Person Ca+he,-ine Telephone number s 3 I - g 1-7 - fo ovo
II ,o51 Brooks Rd.
C. Owner Perlis+en Address L�„r,A � �, r.A a54gZ
Contact r iprin Class of Work Lawn
Phone Contract Amount 8 In�,, non
Project PPni s+en Date Completed g L ,,,6 .1 z o 1 S
Contact Person Glenn Telephone number -7 b-i- S 53 e- I a 7 7
10. List the name and title of the person who will supervise full-time the proposed work
for your firm: M i Ie-e Hai I
11. Is full-time supervisor an employee Ni(e 5 contract services 110 ?
12. A financial statement or other information and references sufficiently comprehensive
to permit an appraisal of your current financial condition may be required by the City.
IFB 15-04
BIDDER'S GENERAL INFORMATION
BID FORMS
of PALM s,F"
INVITATION FOR BID (IFB 15-04)
FOR
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS,
The City has received the following questions and is hereby providing answers thereto:
Q 1: What is the start date for this project?
A 1: The start date will be determined after the bids have been received and the lowest responsive
responsible bidder has been determined, contract documents fully executed with receipt of bonds and
insurance and a Notice to Proceed has been issued Bids are due on October 23rd and under normal
circumstances it takes approximately 2-3 weeks for award and execution of contracts, bonds and
insurance. While we cannot provide a specific date at this time, generally we estimate a start date in
mid November 2014 with a desired completion date of January 9, 2015.
Q 2: 1 noticed that the qualifying license for Cerritos Field is a C-27. Will you be willing to open the license
class to A and or B?
A 2: In addition to the C-27license, the City will also accept the Class A Contractor's License or a D-
12 Specialty Contractor's license for this project as the Prime Contractor since the synthetic tun`
portion of this project Is greater than 50% of the total. The Class B license is not applicable or
acceptable for this project.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
DATE: September 29, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with
your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive.
O PALM J
r
u w
cq�iFaRN,v
INVITATION FOR BID(IFB 15-04)
FOR
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
ADDTIONS TO THE SCOPE OF WORK/SPECIFICATIONS:
• Contractor shall provide a white artificial turf Slow Pitch location 6" x 24" that will be 50' from Home
Plate.
• Contractor shall provide a pitcher's rubber with sleeve and cap at 43' from home plate. Pitching rubber
is to be installed so that it is removable.
CLARIFICATION:
• The contractor may remove part of the southwest chain link fence and gates, if required, for access.
Contractor is responsible for replacement and repair to the satisfaction of the City. All turf areas that
are damaged from construction activities will be repaired to the satisfaction of the City.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
DATE: October 6, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with
your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive.
o� PntM sp
1p
q��FG`0.N1
INVITATION FOR BID(IFB 15-04)
FOR
CERRITOS FIELD INFIELD REPLACEMENT AND LIGHTPOLE RELOCATION PROJECT
ADDENDUM NO. 3
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following question and is hereby providing answer thereto:
Q 1: Is it acceptable to substitute a standard 8-year warranty and insurance policy from the turf manufacturer
and its approved turf installer, in lieu of the 10 year contractor warranty?
A 1: Yes.
DELETIONS/ADDITIONS TO THE SPECIFICATIONS:
Section 02230—Site Clearing
Section 1.3.1 shall be deleted:
'
Section 02900— Planting
Section 3.3.1 shall be deleted:
4 4 A Finich grades shall be a :...1:....1..r
And shall be replaced with:
3.3.1 Contractor shall refer to the plans for infield clay removal, turf removal and construction details.
New field elevation shall provide positive drainage away from infield to outfield areas. Existing grades
and drainage shall remain and a smooth transition of positive drainage flows will be provided where
artificial turf meets sod or existing turf areas.
Section 3.3.2 shall be deleted:
3.3.2 FiRish grades shall be measured as the final wateF eempagted and settled sUFfaGe qFades and
shall be within 4. 9.1 feet ef the spot eleyatieRG and gFade lines iRdirated.
A2:
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
DATE: October 15, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 3 is required by signing and returning a copy of this addendum with
your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive.
r'
PRICE QUOTE -�
QUOTE NUMBER: 0267760
5002 2nd Street
Fallbrook,CA 92028 DATE: 10117@014
� TERMS: Net 30
(800)540-1147 Fax:(760)451-3335
http://vrwwsouthwesffioulder.com SALESPERSON: Peter Sanchez
CUSTOMER NO: 00-BACK02
SOLD TO: SHIP TO:
Back Nine Greens Palm Springs Ball Field
P.O.Box 5418 E Baristo&S Sunrise Way
La Quints,CA 92248-5418 Palm Springs,CA
Customer Phone: (760)345-8008
COST PO#: vie I or t
Customer Fax: (780)345-5894
Attention: Mike
BACK
ITEM NO ORDERED ORDER UNIT DESCRIPTION PRICE AMOUNT
56000 175.00 0.0000 TN Class II Base-CMB
52197 25.00 0.0000 TN Silica Sand#30 Bulk Quantity
Dry Sand
Full or Half Loads Only
.....OR.....
81240 500.00 0.0000 BAG Silica Sand#301001b 30/pall
PALL-SWB 17.00 0.0000 PALL SWB Pallet-$17
Credit$11 upon Return in Usable Condition
Teal Pallet with White SWB
It is the customer's responsibility to return the pallets
to any SWB location.
Receipt required for refund
/DEL 1.00 0.0000 EA Flat-Bed Delivery Charges
Tmdrs wi/l be ai/owed f5minutes to off-load awtonal. Addldonal
charges will then apply.
TONNAGE IS EST/MATED. Weight will be determined at time of
shipment and billed accordingly.
Proposed price rs based on fullfoads delivered direct to job site. Direct
ship requires minimum 2 day lead time. Orders requiring specific sizes
or hand-selection wdl incur addibona/charges
.
Due to the volatility in the fuel market a fuel surcharge may apply at
time of delivery.
See following page for TERMS&COND/T/ONS.
***All Sales Final***
Proposal valid for 30 days,based upon quoted price,quantity,availability,and stated disclaimers. Net Order: $10,324.00
Sales Tax: 825.92
Accepted by: Date:
Less Deposit: 0.00
Order Total: $11,149.92
Oct 16 2014 11:22 HP FaxwcsgWest Coast Sand (760)399-5939 page 1
? kST
-SAND w iawavrc J»c-
Like u$on - Palm Springs, Indio 8 Phoenix QUOTATION
Facebook
P.O. Box 790 Thermal, CA 92274 #229976
;;per; -•, • - i Phone: (866) 923-4772 Fax: (760) 399-5939 ( I
Iventr�l & iVQI#ltem Iifottrll Los:Ang /V pi�o. . . i l q ° Gptrhty
Phone (80b)`b22 632$ PH6h (SOD)266.283
r� r
Quote To: BACK NINE GREENS, INC. Phone:(760) 343-9337
Contact: MIKE Fax:(760) 345-6894
Job Name: 10ERRITOS FIELD Date Quoted: 10/16/2014
Job Address: BARISTO AND PAVILLION Price Good Thru: 1/14/2015
Job City: PALM SPRINGS Tax Rate: 9%
Map Page: Quoted By: MICHAEL F.
4ty Units Itemcode Price Tax •Ofait Cos
175 TN CLASS 2 AGGREGATE BASE
Notes: PRICE IS FOR FREIGHT AND MATERIAL ON A PER TON BASIS,TAX INCLUDED.
MATERIAL QUOTES SUBJECT TO AVAILABILITY
PR(oESOUdf®ARE FOR DELIVERY MON-FRI STANDARD WORMNO HOURS(UNLESS OTIB:R WISE NOTED)
28 TON MINIMUM PREIGHTAPPLIES TO LOADS REQUESTED LESS THAN FULL LOAD(UNLESS OTHERWSE NOTED)
QUOTED PRICES 00 NUT REFLECT PREVAILNG WAGE RATES UNLESS EXPRESSLY INOICATEDONTws QUOTE
STANDBY 0406ES APPLYAFTER 20 MIN(UNLESS OTHERWISE NOTED)TO BE CMRGED ON A PER MINUTE BASIS
ALL MATMALS SALES ARE F.0.6 POINT OF ORIGIN AND TRUE PASSES TO BUYER PRIOR TO TRANSPORTATION.
Inn N4W*1% w NOTALLpftn Md,,%kssHsL
ABpIlCPe»su6Jsctfo swWONSP
Thank you for considering West Coast for all your Aggregate needsl
Page 1 of 1
10/16/2014 10:42 7603431025 JANDLMATERIAL PAGE 01/01
1u/1DfZu14
Store. 1 Sales Order#1401
Ordered: 10/16/2014
Associate: spadmir
J & L MATERIAL$ INC. Page 1
72 230 VARNER RD.
THOUSAND PALMS, CA 92276
(760)343-1a11
FAX(760) 343.1025
ACCOUNTING(760)343-7625
Bill To:BACK NINE GREENS INC.
BACK NINE GREENS INC.
75061MEDITERRANEAN
PALM DESERT, CA 92211
(760)345-M
Order Stetus: Open
Description 1 Attrihute Size rlty Sold Due
BASE MATERIAL BASE 175 0 1
FUEL SURCHARGE FREIGHT 176
175 0 17
Total Qty O : 350 0 350
Percertt Unfilled; 100
TAY
Thank you for your order!
CONTRACTORS STATE UcENSE BOARD
Contractor's License Detail for License # 793791
ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on
tis information, you should be aware of the following limitations.
CSLB complaint disclosure is restricted bylaw(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear
below. Click on the link or button to obtain complaint and/or legal action information.
Per B&P 7071.17 ,only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload,there may be relevant information that has not yet been entered onto the Board's license database.
Data current as of 11/5/2014 9:44:48 Al
Business Information
BACK NINE GREENS INC
P O BOX 5418
LA QU INTA,CA 92248-5418
Business Phone Number:(760)345-8008
Entity Corporation
Issue Date 04/13/2001
Reissue Date 021OW004
Expire Date 02/29/2016
License Status
This license is current and active.
II Information below should be reviewed.
Classifications
C27-LANDSCAPING
D12-SYNTHETIC PRODUCTS
Bonding Information
Contractor's Bond
Ic
is license filed a Contractor's Bond with AMERICAN SAFETY CASUALTY INSURANCE COMPANY.
nd Number:408586
nd Amount:$12,500
ective Date:03/09/2013
ntractor's Bond History
Bond of Qualifying Individual
IffOCI's
e Responsible Managing Officer(RMO)NAPPI DOMINIC JOHN certified that he/she owns 10 percent or more of the
ting stock/equity of file corporation.A bond of qualifying individual is not required.
ective Date:06/15/2007
Bond History
Workers' Compensation
I IIIJ IIVCIIJC IICJ WVII�CIJ IiVIIIFlCIIJGUVII II IJUI tlI WC WIUI UIC L V LI\GJ I IVf111 VIV/1L IIVJ VIVIIVVL VVIYIrl11V 1
olicy Number:7600008682141
ffective Date: 01/10/2013
xpirs Date:01/10/2015
orkers'Com ensation History
Miscellaneous Information
02/05/2004-LICENSE REISSUED TOANOTHER ENTITY