Loading...
HomeMy WebLinkAbout06496 - DEMUTH PARK, EAST PARKING LOT REPAIRS �p� `� �,�. �'� DOC # 2014-0186597 05/22/2014 08:23R Fee:NC Page I of 1 Recorded in Official Records County of Riverside Larry W. Ward ^ corder IIIIIsessor, County II I I IIII I II Clerk II Re RecordingIII�I I I II (8`OJ"s Requested by and After Recording Return to: S R U PAGE SIZE DA MISC LONG RFD COPY City Clerk / EXAM City of Palm Springs M A L 465 426 PCOR NCOR SMF NCH ��lzXAQ Box 2743 C T: CTY UNI p O Palm Springs, CA 92263 Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the Cily of Palen Sprigs and recording fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. II. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the eH day of May,2014. V. The name of the contractor(if named)for such work of improvement was: J.B. Paving & Engineering 32425 Dunlap Blvd. Yucaipa, Ca.92399. VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Demuth Park East parking lot repairs CP#14-01. VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: 4375 East Mesquite Ave. Demuth Park-East parking lot. IX. City Project No. 14.01,Agreement Number: 6496, Minute Order No.: ca!'N: Co80-ozo-o53) MIn A CITY OF PALM SPRINGS: BY: 1 � ' DATED: Senior Public Works Inspector Michael Lytar BY: DATED: ' _7 /Y Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. Clerk-James Thompson Index No. 18-13 , CITYOFPALM SPRINGS CONTRACT CHANGEORDER To: JB Paving&Engineering Date: April 23,2014 32425 Dunlap Blvd. Project No.: 14-01 Yucaipa, CA 92399 Project: Demuth Park-East Parking Lot Repairs Change Order No.: One(1) Contract Purchase No.: 14-0944 Account Numbers: 260-4500-59410 Agreement No.: 6496 CHANGES IN WORK/COST . Item 4 2"AC Overlay +12.35 TONS @$100.00/TON $1,235.00 New Item A Patching Labor/Materials Lump Sum/Agreed Price $1,528.34 Total Change Order Increase Amount $2,763.34 Reasons for Chances While grinding the existing parking lot surface, some areas were found to be severely damaged and weathered. These areas had to be removed and re-paved prior to the placement of the overlay. Item 4 represents the additional asphalt materials(over the originally estimated bid quantities),that were necessary to complete the sub-grade patching. New Item A is the cost of the additional labor and equipment required for the repairs. The prices above are inclusive of all allowable mark ups. Source of Funds The following account will be utilized: 260-4500-59410 Summary of Project Costs Original Contract Amount: .$39,639.00 This Change Order: $2,763.34 Previous Change Order(s): $0.00 Revised Contract Amount: $42,467.34 t ol)IGHN,4L Bli.) lvaoR AGREEhgr. 4 _. _.... _.... __. _.. ............ ............._ .....,_._...� Contractor Approval I/We do hereby agree to the change(s)ZX7 rein: JB Paving and Engineering: Sign of Autfforized Representative Date JIM QS acjNF-2 Print Name Title City Approval P Submitted by: -�' Sr.Public Work Inspector Date Approved by: City Engineer ate i Attested by: Clerk Date Distribution: Original Executed Copies Conformed File Coov Contractor (1) Engineering File (1) City Clerk (1) Sr.Public Works Insp. (1) Finance (1) APPROVED By DEPARMENT HEAD 2 AGREEMENT THIS AGREEMENT made this kv� _day of Moog\' 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 JB PAVING & ENGINEERING 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: DEMUTH PARK— EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 The Work is generally described as follows: Construction of parking lot improvements, including cold milling of existing asphalt concrete pavement, construction of new 2"asphalt concrete overlay, construction of ADA access ramp, and thermoplastic striping and markings. 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 $700.00 for each calendar day that expires after the time specked in Article 2, herein. DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 AGREEMENT FORM 12/23/2013 AGREEMENT AND BONDS-PAGE 1 ARTICLE 3— CONTRACT PRICE ($39,639.00) 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). 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, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 — PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6— NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it Is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications 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 DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 1401 AGREEMENT FORM 12/23/2013 AGREEMENT AND BONDS-PAGE 2 representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA City Clerk APPROVED BY THE CITY COUNCIL: APPROVED TO FORM: Date By City Attorney Agreement No. Date CONTENTS AP ROVED: By City Engineer Date 3 By �� APPROVED BY CITY COUNC IL r City Manag Date DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 AGREEMENT FORM 12I23/2013 AGREEMENT AND BONDS-PAGE 3 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:—J$ 17o ui,y e fx,l eri Check one:individual_Partnership _Corporation Address: 524L°j i�un\ 131u�1 By: By. ignatu (notarized) Signature(notarized) Name: iSGMei (�rDi�erc Name: Title: O r,Q n.P 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 anyl"16 Vice President) Financial Officer or any Assistant Treasurer) StateCounty !�r 1 t�MA v-H1� G State of ❑ Coun of � ❑ss County of oss On ZG1 On before me, VIAW*fore 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( whose name() evidence to be the person(s)whose name(s)is/are is/a subscribed to the in instrument and subscribed to the within instrument and ac nowledged to me that he/oe/th#y executed acknowledged to me that he/she/they executed the same in hisA1 r/th�r authorized rrcapacit 'W, the same in his/her/their authorized capacity(ies), and that by his/h9i th signatures on the and that by his/her/their signatures(s) on the instrument the person, or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person()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. No ry Signature: Notary Signature: Notary Seal: Notary Seal: KELSEY LOEW COMM. #2049227 Notary Public-CeNlprYe a6 SAN BERNARDINO y DEMUTH PARK . 17.2017 AGREEMENT FORM CITY PROJECT AGREEMENT AND BONDS-PAGE 4 12/23/2013 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. 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. DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 COVER SHEET 1 212 312 01 3 BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: DEMUTH PARK—EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 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 fumish 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. DEMUTH PARK-EAST PARKING LOT REPAIRS BID(PROPOSAL) CITY PROJECT NO. 14-01 BID FORMS-PAGE 2 12/23/2013 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: Zh1tq Bidder. JiS 1�- gv;�,q $ Fn5ineur L By: (Signature) Title: Fsfiwt c f DEMUTH PARK-EAST PARKING LOT REPAIRS BID(PROPOSAL) CITY PROJECT NO. 14-01 BID FORMS-PAGE 3 1 212 312 01 3 BID SCHEDULE Schedule of Prices for the Construction of the: DEMUTH PARK—EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 in Palm Springs, California. Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization -- - LS 2. Traffic Control --- LS $ — 3, Cold Mill Existing AC Pavement 18,460 SF $ 0,cko $_--t 1 J A ,Cs 4. Construct 2"AC Overlay 225 TO $ pQ $9-a 1,SOO.c ✓ 5. Construct ADA Access Ramp (Case G) 1 EA $ — $ 50 cTM-60 6. Parking Stalls Striping (4"white thermoplastic) --- LS $ a 3 p( OD / 7. Stop Bar and Legend (white thermoplastic) 2 EA $y-t)()-cgj $ CO•M ADA Parking Stalls Striping, Legend, and 8' __Curb Painting. LS $ — $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ 3q , 6-511 - co 1 6-,' (Price in figures) �hi( }c1 11; tlncl�rnC� Six h0r`CV-eJ N-'A 1tn;rilla 'v�i��e dy\1G rs `= (Price In words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. C Name of Bidder or Firm DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 12/23/2013 UNIT PRICE BID SCHEDULE BID FORMS-PAGE 4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, 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: (shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. `biDinU_ -+A0,bh k0% 7P S+r1wu c. V-j 3 CA g22Z 2. Co\d M 111 5 pb is 5 V57, 3- IZO ch:li hC, `7NS�i S wz-Ao Scv\ SeVcoLj iLA - 3zr�cc, Vat'_4� 3. 0 N\CTX� SQ-Q6( lieS Ssg4C Cam C,1on ?_& `1ucc�tna, CN �23Rq 4. 5. DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 LIST OF SUBCONTRACTORS 12/23/2013 BID FORMS-PAGE 5 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 14-0 Bid Opening Date ZI4y\ 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: OiccKOR Co csii-u ctivn Cunnurc,nc>a LOCAL BUSINESS PREFERENCE PROGRAM DEMUTH PARK-EAST PARKING LOT REPAIRS GOOD FAITH EFFORTS CITY PROJECT NO. 14-01 BID FORMS-PAGE 6 12/23/2013 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 good faith efforts to do so. 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 LOCAL BUSINESS PREFERENCE PROGRAM DEMUTH PARK-EAST PARKING LOT REPAIRS GOOD FAITH EFFORTS CITY PROJECT NO. 14-01 BID FORMS-PAGE 7 12/23/2013 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 W 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. LOCAL BUSINESS PREFERENCE PROGRAM DEMUTH PARK-EAST PARKING LOT REPAIRS GOOD FAITH EFFORTS CITY PROJECT NO. 14-01 BID FORMS-PAGE 8 12/23/2013 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) I, JA-m6_4 �W6)'l/$hI S , being first duly s m deposes and says that he or she is 0W^1Aa"#t of / rV 0, QnA—� . , 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 �av,n A By J rs Title OLuAe� Organization Address 32425 Dyn1c.� 1�l�cl� YV C.C'J C" C A of 2 39 of r DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-M NON-COLLUSION AFFIDAVIT 12/23/2013 BID FORMS-PAGE 9 ALL-PURPOSE ACKNOWLEDGMENT State of (A County of 6%- t B y xc'rri n0 L On 2.— ?7 ' 1 Lt before me,�Q �A ) Gf'�4 �2u.bt , Date T 7 I k_6 Name,Title of Officer personally appeared )C wk2 9( D (5 NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the personx whose nameVis/0 subscribed to the Within instrument and acknowledged to me that he/sheAhW executed the same in hisAhen#leirauthorized capacibA4es); and that by his/hefAheirsignatureoron the instrument the persQnK or the entity upon behalf of which the persoror 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. Witnes my hand and official seal. MATTHEW MARTIN Commission # 2004278 r Signature of Notary i V. Notary public -California z Z San Bernardino Counly My Comm. Expires Jan 17,2017 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 ,NnA �c7�� FASidA lCCtf))T- MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 NON-COLLUSION AFFIDAVIT 12/23/2013 BID FORMS-PAGE 10 1 Bond 1000934686-01 BID BOND KNOW ALL MEN BY THESE PRESENTS, That James John Brothers DBA J B Paving&Engineering as Principat,and American Contractors Indemnity Company as Surety,are held and flOnly-bound unto trig City of Palm Springs, Hereinafter called the"City'in she sum of: Ten Percent of the Total Amount Bid dollars (notdew than 1 t`l percent of the total amount of the bid) for the payment of which sum, we# and truly to be made, we bind ourselves, our heirs, executors, adminktratorsrsuooessors, and assigns,jointly and severalty,firmly by these presents. WHEREAS,said Principal has submitted a Bid to said City to perform the Work required under the Bid Scheditie(s)of the Citys Contract Documents entitled: DEMUTH PARK—EAST PARKING LOT REPAIRS CITY PKtGdtx V40.14.01 NOW THEREFORE, 0 said Principal is awarded a Contract by said Oily,and within the time and in the manner required In the 'Notice IrTviting Blda"and the,"Inittrucfions to Bidders"enters Into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes Me required Certificates of Insurance,and fumishas the required Petformanoe Bond and Payment Bond,then this obligation shall be null and void, otherwise it$hall remain In full force and effect. in the event suh is brought upon this Bond by said City.and City Prevails, said Surety shaft pay all costs Incurred by said City in such suit,Including a reasonable attorneys fee to be fbred by the court. SIGNED AND SEALED,this 30th day of January ,2014. PRINCIPAL:James John Brothers DBA J B Paving&Engineering fC7ark oft —I *Ak d._verarar". ocnl iCaaad"roQwfe two som"Im am lraanonah arokwnp ;A.(hihrrn-d Board Preaden,or any V09 Pr%WaH:AND 6. Soaarary,Aaeletant 6eaeary.Taanaa,AWAUM Tr aab= aolarr� fjTiW). By A di ' SURETY: VVftnekft APIZEO> American Contractors Indemnity Company Print Name and Thio By SIOAW Y 4DTARIZEO ae r Print Name and Title P nt Nam and'Tltie: Shaunna Rozelle Burchfiel,Attorney-in-Fact OP,MUM PARK-EAST PARKING LOT REPAIRS P CITY PRWECT NO, 14�01 BID BOND 10I0SECURITY FOR:vh # 12/2312013 BID FORMS PAGE 11 ACKNOWLEDGMENT State of California County of Orange On January 30th, 2014 before me, Traci Larson, Notary Public (insert name and title of the officer) personally appeared Shaunna Rozelle Burchfiel,Attorney-In-Fact who proved to me on the basis of satisfactory evidence to be the pers n whose name} are subsQribed to the within instrument nd acknowledge o me that h h fthey executed the same in his(he their authorized capacityS), and that by high /their signature({j on the instrument the person', or the entity upon behalf of which the personal acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. AOOOOHONHO��NNNNHNOONON40>O ^ WITNESS my hand and official seal. TRACILARSON COMM#1876296 cc NOTARY C NAPi ; ORANGECOUN7Y My Commission Expnes dzn.31, 1 , l \ _ p ,i•?dH0900N440000 i4<>14 a Signature v` (Seal) POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY IfNO]✓l'Ai,[--1vIRN BY THESE 1z$E +1TSt-ThatAtnerican Contractors IndeY{tgiRy'lil ouktpauyy�' alifomta corpotat� l a Surety< Omparty, a Maryland corporation-and IkhS specialty .Insmr ce I orapr my, ra md"kas corporatiW# ctr j� "Cbmpattfes"),do by these presentsmake,-constitute and appoint: George Burchfiel,Shannon Rozelle Burchfiel or Catherine Denise Burchfiel of Tustin,California Its true and lawlnl Attomey(s)-in-fact,each in their separate capacity if more than one ismamed above,with full power and authority - hereby cenf emu}its name,plane sort stead,to�6x4ohi acknowledge and dopy any wud[WITAiands,recognizanem lliftaalifirp ,ffiomfs --nts or contr*,00f suretyoh�,p ttpljrtelude riders, ame"menkand consents of surety,-pctEy�d Ike oad psaslt-y does not exceed **"*Three Million** - - - - Dollars ($ *•-'M014-fll((I0.00I 1. This Power of Attorney shall expire without further action on December 08,2016. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved,that the President,any Vice-President,any Assistant Vice-Presiderl any Secretary or any Assistant Secretary shall he and is hereby vested with full ,_..power and m therityt_o appoint any one or more suable perWs4i Anarneyts}in-Fact to repressor and act for snip cln lipftalfof the Company submit'—"" -:. provisions: Anorney-M-Focr may be given full povve€�autharit"r and iif Ael of and on behalf of the Corsi toe 5,yO','acknowledge mdMWim atolll recugrrizances, contracts, agreements or indemmFyiraFother conditional or obligatory undp{rrakings, including any and all consents foil riMAP- f reCane3 percentages and/or fund estimates on engineering and construction contracts,and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolred,Ahat_rhe signature of any authorized officer aar s I pf the Company heretofore or hereafter atfxed;oan�power of attorney or any certificate relating ,y&siop�"any power of Ia u0ti('IpatO 'g{apsimile signature orAacs�#le al€ binding upon the Company h re €ct which it is it"�I V I 7NB�' S WHEREOF,The C66lttaI have caused this instrument to ignediind their corporate seals to beiteretoita `xed,this 10th day of December,2012. - ,U,S,SPECIALTY INSURANCE COMPANY_ MER[CAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY CAIporaC�S698 IMF ,' Y a a` = Daniel Aguilar,Vice President - State of California County of-Lctip�les SS: Off4Oth day o`Decembey 2012,di�,t"q't a daiilVallght,a notary publr(i� a ly appeared Daniel P.Aguilru,Nice Pftident of American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the instrument the person(s),or the entity upon behalf of ,�whjighthajxasoni acted executed the-instrumeni - tIcedify under ENALTY OF P) lR der%ern s of the State of Calilerma that rho oigoing paragraph t qK#r —r WITNESS my hand and official seat. Si t •4low t Signature (Seal) =-Dart" eaten EW ANtstant Secrets 'pl A'lberiean Cpirtfaetors Indemnity MLA t osapil y Company arr t= Sty err a strrance smparry, do hereby c 0 *at the aboW9 and foregoing is a of Tell of a Power of Attcmney-�x c by said Companies, which is still in full''force and effect; furthermore,the resorutions-of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my handand-affixed the seals of said Companies at Los California this 30 j°` dal Of, Corporate Seals - -_- .m`i,,,,ciogr+• +'Es sUkF).. �•"aY.in.!ea .. s a•d` � a 6 4�4 Bond No lac 93Viv$1� DI Jeannie LeesLstantSecretary 10113 I�°'r,6iy„�• I ICI �� I. - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT cmL CODE 89 Fill- rnia1SAN BERNARDINO1l1Y before me, MATTHEW MARTIN, NOTARY PUBLIC e 11 ,, H�ere�Insert Name and Title of the Of icer 'eared '50—W G�S Q l psi5Nam (s)of Signer(s) Mm who proved to me on the basis of satisfactory evidence to be the personig) whose name) is/ptrb subscribed to the within instrument and acknowledged to me that he/sWA4ey executed the same in his/heFA4& authorized capacitgoW, and that by MATTHEW MARTINhis iem4hC1r sgnaturq( on the instrument the Commission of 20oa278 person) or the entity upon behalf of which the Notary Public-Calilornia person�s�acted, executed the instrument. San Bernardino County -Expires Jan 17,2017+ 1 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: /� 41yPlace Notary Seal Above Signature lic OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documen Title or Type of Document: F>Q Document Date: Number of Pages: Signer(s)Other Than Named Above: Capaclty(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Individual ❑ Individual ❑ Partner — ❑Limited ❑General lop of thumb he e ❑ Partner — ❑Limited ❑General Top of thumb he e ❑ Attorney in Fact ❑Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: ®2010 Natonal Notary Association•NationalNotar.org•1-800-0S NOTARY(1-8W 78-8827) Item#5907 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: ZT? Pc"A 1CI A :FnciineeriaC '252416 b,may Rlirl. 2. CONTRACTOR'S Telephone Number: (9prO 335 .-_142$ Facsimile Number: (/'foci ) ' 35• � 952 3. CONTRACTOR'S License: Primary Classification f� State License Number(s) '+W')X$ Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: NameofSurety Pgturtcn,n C'ontftcr r-s S�dzn�tuy . Alm Address 67-5 &` Drive_ 5cuiV\ � �3a CA LjZa0g Surety Company v..tfooar ,-F '- HCC Telephone Numbers: Agent (314) M1.4 1 b l Surety(S CO ) 316.5 695 ETA � Shctv��c,'13vrc'v��� e\ 5. Type of Firm (Individual, Partnership or Corporation): __TW lw* \J(tt 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: DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 BIDDER'S GENERAL INFORMATION 12/23/2013 BID FORMS- PAGE 12 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: yvrc.�Pr. Va\Le Liuti i?cJn a. Owner Address 0 ;r ; ttw t ita �c • (�c� Contact Class of Work O'1c> + Z l� Phone el Oct .1 q-4.5 t12, Contract Amount b 11 M-0 Project 1 -i a-c Oc u Cn4 . Date Completed t t3 Contact Person Telephone number — b. Owner `'\1VJ Address Cc\dc�dt 1r=AccVN Yvut i�c: Contact 0CA\o }{,,i1 ClassofWork "OtriwA- ei�or^ Phone c[N .71q0.-- 5 Contract Amount Z-4,O- D Project CC, oC)M&c St. Date Completed `A 7, Contact Person Telephone number Cvnc�e, '.ncscnC�, C. Owner ,v A Address Pa-k i hcj Lt t asRncti�1 R�iZ Contact Class of Work Phone 740,E\5-�51016 Contract Amount �Ct-0 Project NPHr. Date Completed \ 'i3�►4 Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: ilcivps C(-)(,Aexr') 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 Engineer. DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 BIDDER'S GENERAL INFORMATION 1 2/2 312 01 3 BID FORMS-PAGE 13 �E Ear J��� ' &F � s Brad 'P• 'h."c�. d i � l i s 6 r 13n Y L 1 � ' t i 1� i �f 1��'z,'r ..r iy t E j:�e �zLL�l!pp1 r.i ( F "r d 1 " *.. '� �' �+�y+4 eyTF���` 14' �• 4 I l.- �$� � yny� µ 1'f.i`� d r �r %S+ n. l�f q remit E s'r.. lam , Y a -S•K w, ai& `atf��'+.l t"x � d e ( s ,t � E . 1 i � 1 ,i wrr x't"� -!� r'•-x « � j v Isf I1I i 4 t Sc •+r {i� .,4"� fi�i sib �.�Y ^�' In) f rlt tl 00 r 1 t I r.t c i� 1 I I, f 4, ,V<«.+J- .� i t F (y : °#•Jk'+rf,°A > �, Fa ti n Ff",° p '4t+'ra�°'� °`4+� - - tsa w S r'� :t � .. a* " {, • :�. r xtl 1�yC P t ,�` � Ut"r#^t 5 E of ��:,° �uS" '� `:� y �y3M + • ' rl J� [ C� ,iy tl�`,,.. 'lam i i r rt Ix Ve }�YLS�Y 12 � � fi� i�� �` f f ro ` }� •R ��� c { x R i • = ,� � . �. ,�: d era J G � A Check a License- License Detail - Contractors State License Board Page 1 of 2 kADEPARTMENT OF CONSUMER AFFAIRS . Contractors State License Board Contractor's License Detail - License # 720218 DISCLAIMER:A license status check provides Information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. >% CSLB complaint disclosure is restricted by law(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. n Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number 720218 Extract Date 2/12/2014 JAMES JOHN BROTHERS DBA J B PAVING&ENGINEERING Business Information Business Phone Number: (909)335-7428 32425 DUNLAP BLVD YUCAIPA,CA 92399 Entity -.._.. Sole Ownership _. . _... . Issue Date _. 03/19/1996 Expire Date 03/31/2014 ACTIVE License Status This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications A GENERAL ENGINEERING CONTRACTOR CONTRACTORS BOND This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bonding Bond Number: 100188882 Bond Amount: $12,500 Effective Date: 03/092012 Contractor's Bond History Workers'Compensation WORKERS'COMPENSATION This license has workers compensation insurance with EVEREST NATIONAL INSURANCE COMPANY Policy Number: 7600008886131 Effective Dater 03/012012 Expire Date: 03/01/2014 hups://www2.cslb.ca.gov/OnlineS ervices/CheckLicenseIl/LicenseDetail.aspx?LicNum=72... 2/12/2014 Check a License - License Detail - Contractors State License Board Page 2 of 2 Workers'Compensation History Personnel List Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/ChcckLicenseII/LicenseDetail.aspx?LicNum=72... 2/12/2014 DEMUTH PARK-PARKING LOT REPAIRS CITY PROJECT 14-01 2!412014 BID SCHEDULE J.B.PAVING& L.C.PAVING&SEALING, SUPERIOR PAVING,INC. ENGINEERING INC. KAD PAVING COMPANY UNITED PAVING CO. NPG,INC. BID ITEM ITEM DESCRIPTION QUANT. UNIT UNIT PR, TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL 1 Initial Mobilization 1 LS $800.00 E800.60 E350.00 $350.00 $500.00 $500.00 $10.694.70 $10,694.70 $1,583.00 $1,583.00 2 Traffic Control 1 LS $0.00 $0.00 E200.00 $200.00 $500.00 $500.00 $1,000.00 $1,000.00 $150.00 $150.00 3 Cold Mill AC Pavement 18,460 SF $0.40 $7,384.00 $0.39 $7,199.40 $0.40 $7,384.00 $0.18 $3,322.80 $0.35 $6,461.00 4 Construct 2"AC Overlay 225 TON $100.00 $22,500.00 $110.85 $24,941.25 $115.00 $25,875.00 $76.90 $17,302.50 $130.00 $29,250.00 5 Construct ADA Access Ramp (Case G) 1 EA $5,000.00 $5,000.00 $2,829.00 $2,829.00 $3,000.00 $3,000.00 $3,294.00 $3,294.00 $2,480.00 $2,480.00 6 Parking Stall Striping(4'White thermoplastic) 1 LS $2,200.00 $2,200.00 $4,638.00 $4,638.00 $1,380.00 $1,380.00 $7,083.00 $7,083.00 $2,500.00 $2,500.00 7 Stop Bar and Legend(white therm.) 2 EA $400.00 $800.00 $270.00 $540.00 $432.00 $864.00 $565.00 $1,130.00 $460.00 $920.00 6 ADA Parking Stall Striping,Legend, and Curb Painting 1 LS $955.00 $955.00 $540.00 $540.00 $1,865.00 E7,865.00 $300.00 $300.00 $1,100.00 $1,100.00 TOTAL= $39,639.00 TOTAL= $41,237.65 TOTAL= $41,368.00 TOTAL= S44,127.00 TOTAL• $44,444.00 1 2 3 4 5 BID SCHEDULE AMERICAN ASPHALT TRI STAR SOUTH,INC CONTRACTING,INC. HARDY&HARPER,INC. UNITED PAVING CO. BID ITEM ITEM DESCRIPTION QUANT. UNR UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL 1 Initial Mobilization 1 LS $3.000.00 $3,000.00 $3,070.00 $3,070.00 $7,000.00 $7,000.00 $800.00 $800.00' 2 Traffic Control 1 LS $1.000.00 $1,000,00 $627.00 $627.00 $4,000.00 $4,000.00 $400.00 Wool) 3 Cold Mill AC Pavement 18,460 SF $0.48 $8,660.80 $0.49 $9,045.40 $0.39 $7,199.40 $0.588 $10,485.28 4 Construct 2"AC Overlay 225 TON $105.00 $23,625.00 $120.10 $27,022.50 $96.00 $21,600.00 $162.00 $36,450.00 6 Construct ADA Access Ramp(Case G) 1 EA $4,500.00 $4,500.00 $3,132.00 $3,132.00 $5,000.00 $5,000.00 $1,800.00 $1,800.00 6 Parking Stall Striping(4"white 1 EA $3,520.00 $3,520.00 $2,757.00 thermoplastic) E2,757.00 $2,000.00 E2,000,00 $3,000.00 $3,000.00 7 Stop Bar and Legend(white therm.) 2 SF $355.00 $710.00 $502.00 $1,004.00 $600.00 $1,200,00 $600.00 $1.200.00 6 ADA Parking Stall Striping,Legend,and Curb Painting 1 EA $1 100.00 $1,100.00 $1,107.00 $1,197.00 $3,000.00 $3,000.60 $1,500.00 $1.500.00 TOTAL= $46 315.80 TOTAL• $47 864.90 TOTAL= $51 000.00 TOTAL= $55 635.28 6 7 8 9 CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS 1 FOR CONSTRUCTION OF THE: DEMUTH PARK - EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 IN THE CITY OF PALM SPRINGS December 2013 l �> OF PALM S A� U cn (� * �R'OAATEo cgt�FOR��P David J. Barakian, P.E., City Engineer 7 Bids Open: February 4, 2014 Dated: December 23,2013 • • • • • CITY PROJECT NO. 14-01 • • • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • Ge6 • • rge F. Farago tR • Associate Civil Engineer • Civil Engineer C 62254 ti �l+y r • Approved by: • • • • AL • David J.Barakian, P.E. City Engineer • Civil Engineer C 28931 • • • • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • 12123(2013 SIGNATURE PAGE 0 • • • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • • SPECIAL PROVISIONS • TABLE OF CONTENTS • PART I — BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS • Notice Inviting Bids • Instructions to Bidders • Bid Forms • Bid (Proposal) Bid Schedule• List of Subcontractors • 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 • • PART II — SPECIAL PROVISIONS • Section 1 - Terms, Definitions, Abbreviations, and Symbols • Section 2 - Scope and Control of Work • Section 3 - Changes in Work • Section 4 - Control of Materials Section 5 - Utilities • Section 6 - Prosecution, Progress, and Acceptance of the Work • Section 7 - Responsibilities of the Contractor • Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment • Section 10 - Construction Details • PART III —APPENDIX Vicinity Map • City of Palm Springs Standard Drawings • Caltrans Standard Plans • Dust Control Sign • • • DEMUTH PARK-EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS • 12/23/2013 GENERAL CONTENTS - PAGE 1 • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • DEMUTH PARK—EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • 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 • 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 • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 PART 1 CONTENTS • 12/23/2013 PAGE 1 • • • • • • CITY OF PALM SPRINGS • NOTICE INVITING BIDS • • For constructing DEMUTH PARK—EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • N-1 NOTICE IS HEREBY GIVEN that sealed bids for the DEMUTH PARK — EAST • PARKING LOT REPAIRS will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3 P.M. on February 4, • 2014, at which time they will be opened and read aloud. • • N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of parking lot improvements, including cold milling of existing asphalt concrete pavement, • construction of new 2" asphalt concrete overlay, construction of ADA access ramp, and • thermoplastic striping and markings. The Engineer's estimate is $42,000. • 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 on the basis of the total sum of Bid Schedule, and reject all other bids, as it may best serve the interest of the City. ' • • (b) As a condition of award, the successful bidder will be required to submit payment • and performance bonds and insurance. • N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check • or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm • Springs. • N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a • period of 60 calendar days from the date of bid opening. • N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a • valid Class A, or C12 and C32 Contractor license at the time of submitting bids. • 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 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: • (a) Contract Documents may be inspected without charge at the office of the City DEMUTH PARK-EAST PARKING LOT REPAIRS NOTICE INVITING BIDS • CITY PROJECT NO. 14-01 PAGE 1 • 12/23/2013 0 • • • • Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. • (b) Plans, Specifications & Contract Documents may be purchased for $15.00 per set on • a CD. Accepted methods of payments are cash or check (made payable to the City of • Palm Springs), or credit card (Visa or MasterCard). The CD can be obtained from the City of Palm Springs Engineering Department, located at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262. No refunds will be made for any charges for purchase of Contract Documents. • (c) Mailing options for the CD. If you have an OnTrac number please include that in your correspondence. (Fed Ex is no longer an available option) If you do not have an Ontrac account and you need the City to mail the CD, please add an additional $5.00 to your payment for Contract Documents to cover the cost of shipping. If you have any • questions, please call the Engineering Secretary at (760) 323-8253 x8738 or by email at • Kim.flovdta'�.oalmsarinasca.aov. (d) Obtaining Bid Documents and registration as a Bidder. If you are interested in • submitting a bid, Bidders shall contact Kim Floyd, Engineering Secretary, by e-mail at !, kim.floyd@palmspdngsca.gov, or by phone at (760) 323-8253 x 8738, 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 to submit a Bid; failure to register may be • cause to find a Bid non-responsive. (e) 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. • (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at www.palmsprings • ca.gov/index.aspx?page=85. • • (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: George Farago, Associate Civil Engineer, by fax to (760) 322-8325, or by e-mail to George. Farago@paimspdngsm.gov. Questions must be submitted by 3:00 PM on January 28, 2014. Questions received after this date will not be accepted. • N-10 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-11 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 and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm • Springs, CA 92262. The envelope 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 • DEMUTH PARK-EAST PARKING LOT REPAIRS NOTICE INVITING BIDS • CITY PROJECT NO, 14-01 PAGE 2 • 12/23/2013 • i, 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 Date David J. Barakian, PE Director of Public Works/City Engineer r r DEMUTH PARK-EAST PARKING LOT REPAIRS NOTICE INVITING BIDS CITY PROJECT NO. 14-01 PAGE 3 • 12/23/2013 • • • • • CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS • 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the • General and Special Provisions. The term "Bidder" shall mean one who submits a Bid • directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term • "Engineer" shall be as defined in the Special Provisions. • 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the • Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience • as of recent date on the form entitled "Bidder's General Information," bound herein. • Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the • State of California for the classifications named in the Notice Inviting Bids at the time of • award. • 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, • partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the • Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. • • 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— • a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that • may affect cost, progress, or performance of the Work; consider federal, state, and local • laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify • the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. • • (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been • utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical • data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the • responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the • Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. • • DEMUTH PARK-EAST PARKING LOT REPAIRS INSTRUCTIONS TO • CITY PROJECT NO. 14-01 BIDDERS-PAGE 1 • 12/23/2013 • • • • • (d) Subject to the provisions of Section 4215 of the Califomia 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 fumished to the • City and the Engineer by the owners of such underground utilities or others, and the City ® does not assume responsibility for the accuracy or completeness thereof unless it is • expressly provided otherwise in the Special Provisions. • (e) Provisions concerning responsibilities for the adequacy of data furnished to • prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions • appear in the Standard Specifications and Special Provisions. • . (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical • conditions (surface, subsurface, and underground utilities) at or contiguous to the site or • otherwise which may affect cost, progress, or performance of the Work and which the • Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. • (g) Where feasible, upon request in advance, the City will provide each Bidder • access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made • by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. • (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and • equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless • otherwise provided in the Contract Documents. • (i) The submittal of a Bid will constitute an incontrovertible representation by the • Bidder that the Bidder has complied with every requirement of this Article; that without • exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of • construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey • understanding of all the terms and conditions for performance of the Work. • 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract • Documents are to be directed to the Engineer by faxing or e-mailing at (760) 322-8360 or George.Farago aC�oalmspringsca.com. Interpretations or clarifications considered • necessary by the Engineer in response to such questions will be resolved by the issuance • of Addenda delivered to all parties recorded by the Engineer or the City as having • received the Contract Documents. Questions received less than 7 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal • • DEMUTH PARK-EAST PARKING LOT REPAIRS INSTRUCTIONS TO • CITY PROJECT NO. 14-01 BIDDERS-PAGE 2 • 12/23/2013 • i • • • written Addenda will be binding. Oral and other interpretations or clarifications will be • without legal or contractual effect. • 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by • a certified or cashier's check or approved Bid Bond in the amount stated in the Notice . Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the • City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or • failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as • the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. • • 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the • City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been • finally executed. They will then be returned to the respective Bidders whose Bids they • accompany. • 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 govem. 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 • Contractor shall be bound by such correction, subject to the provisions of Section 5100 et • seq. of the California Public Contract Code. • • DEMUTH PARK-EAST PARKING LOT REPAIRS INSTRUCTIONS TO • CITY PROJECT NO.14-01 BIDDERS-PAGE 3 • 12123/2013 • • • • 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 li item total in the City of Palm Springs' 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— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not • expressly or by implication agree that the actual amount of work or material will • correspond therewith. • (b) in the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall • be paid for according to the unit prices established for such work under the Contract • Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in • Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a • written request, signed by the Bidder or it's properly authorized representative. Such • written request must be delivered to the place stipulated in the Notice Inviting Bids prior to • the scheduled closing time for receipt of Bids. • 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized • conditions, limitations, or provisos attached to the Bid will render it informal and may • cause its rejection as being non-responsive. The completed Bid forms shall be without interiineation, alterations, or erasures. Alternative Bids will not be considered unless • expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered. • 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as • set forth in the Agreement and the provisions of the Special Provisions. • • • DEMUTH PARK-EAST PARKING LOT REPAIRS INSTRUCTIONS TO • CITY PROJECT NO. 14-01 BIDDERS-PAGE 4 • 1 2/2 31201 3 • • • • • • 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any • application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. • • 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based • primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless • otherwise specked, 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 • altemative 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 fumish 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 a that in accordance with laws of the State of California, the Bidder will, if awarded the • Contract, be required to secure the payment of compensation to its employees and • execute the Worker's Compensation Certification. • 19. LOCAL BUSINESS PROMOTION — 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 proposes 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 •• CITYDEMUTHPR INSTRUCTIONS TO PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14A1 BIDDERS-PAGE 5 • 12/2312013 0 • • • • • any contractor proposing to use sub-contractors that fail to comply with the requirements • of this subsection. • - END OF INSTRUCTIONS TO BIDDERS- • • • • • • • • • • ' � II • • • • • • • • • • • • • • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS INSTRUCTIONS TO • CITY PROJECT NO. 14-01 BIDDERS-PAGE 6 • 12123l2013 • • • • • 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. • • • • • • • • • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 COVER SHEET • 12/23/2013 BID FORMS-PAGE 1 • • • • • • BID • • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • • The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an • Agreement with the City in the form included in the Contract Documents (as defined in • Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract • Documents entitled: • DEMUTH PARK—EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 • 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: • • 1 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. • • DEMUTH PARK-EAST PARKING LOT REPAIRS BID(PROPOSAL) • CITY PROJECT NO. 14-01 BID FORMS-PAGE 2 • 1 2/2 312 01 3 • • • • • • 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: • DEM • • • • • • • • • • • • • • • • • • • • • • • • • BID(PROPOSALI CITY PR PARK-EAST 1 PARKING LOT REPAIRS BID FORMS-PAGE 3 • CITY PROJECT NO. 14-01 • 1 212 3/2 0 1 3 • • • • • BID SCHEDULE • Schedule of Prices for the Construction of the: • • DEMUTH PARK—EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 • in Palm Springs, California. • • Item Estimated Unit No. Description Quantity Unit Price Amount • 1. Initial Mobilization --- LS $ 2. Traffic Control --- LS $ • 3. Cold Mill Existing AC Pavement 18,460 SF $ $ • • 4, Construct 2"AC Overlay 225 TO $ $ • 5. Construct ADA Access Ramp(Case G) 1 EA $ $ • • 6. Parking Stalls Striping (4"white thermoplastic) --- LS $ • 7. Stop Bar and Legend (white thermoplastic) 2 EA • $ $ • ADA Parking Stalls Striping, Legend, and --- LS 8. Curb Painting. $ $ • • TOTAL OF ALL ITEMS OF THE BID SCHEDULE: • $ • (Price in figures) • • (Price in words) • QUANTITIES OF WORK: • The quantities of work or material stated in the unit price items of the Bid Schedule are • supplied only to give an indication of the general scope of the Work. The City does not • expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the • quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, • without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted • item of Work. • • Name of Bidder or Firm • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 • 1 2/2 312 01 3 UNIT PRICE BID SCHEDULE • BID FORMS-PAGE 4 • • • • • • INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS • • • As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in • excess of one-half of one percent of the Contractors 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: _ (shall • 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. • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS • CITY PROJECT NO.14-01 LIST OF SUBCONTRACTORS • 12/23/2013 BID FORMS-PAGE 5 • • • • • • • LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS • City Project No.: Bid Opening Date • • 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: • • • • • LOCAL BUSINESS PREFERENCE PROGRAM • DEMUTH PARK-EAST PARKING LOT REPAIRS GOOD FAITH EFFORTS CITY PROJECT NO. 14-01 BID FORMS-PAGE 6 • 12/23/2013 • • • • • • • 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 good faith efforts to do so. 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 I, 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 • • • • • • • • • • • • • • LOCAL BUSINESS PREFERENCE PROGRAM DEMUTH PARK-EAST PARKING LOT REPAIRS GOOD FAITH EFFORTS • CITY PROJECT NO. 14-01 BID FORMS-PAGE 7 • 12/23/2013 0 • • • • • i i 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 W 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. • • • • s • LOCAL BUSINESS PREFERENCE PROGRAM DEMUTH PARK-EAST PARKING LOT REPAIRS GOOD FAITH EFFORTS • CITY PROJECT NO.14-01 BID FORMS-PAGE 8 • 12/23/2013 • • • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID • State of California ) ss. • County of ) • • I, being first duly swum, 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 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 • BY • Title • • Organization • Address • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 NON-COLLUSION AFFIDAVIT • 12/2312013 BID FORMS-PAGE 9 • • • • • • • • • ALL-PURPOSE ACKNOWLEDGMENT • • State of • County of • On before me, • Dale 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 hislher/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. • 1 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 • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 NON-COLLUSION AFFIDAVIT • 12/23I2013 BID FORMS-PAGE 10 • i • 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 Citys Contract Documents entitled: DEMUTH PARK—EAST PARKING LOT REPAIRS CITY PROJECT NO. 1401 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: individual,_parinersNp, _corporation) (Corporations reci ri* tyro signatures;are 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: DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 BID BOND(BID SECURITY FORM) • 12/2 312 01 3 BID FORMS-PAGE 11 • I, • 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: I, • • • • 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number. ( ) • 3. CONTRACTOR'S License: Primary Classification State License Number(s) • 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 tides of the principal officers of the corporation or firm: • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 BIDDER'S GENERAL INFORMATION 1?J23I2013 BID FORMS-PAGE 12 • • • • • • i BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: • 9. List at least three related projects completed to date: • • a. Owner Address • Contact Class of Work Phone Contract Amount 40 Project Date Completed • Contact Person Telephone number • b. Owner Address 40 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 • Engineer. • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 BIDDER'S GENERAL INFORMATION 12/23/2013 BID FORMS- PAGE 13 0 i • • • • 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 i 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: DEMUTH PARK— EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • The Worts is generally described as follows: Construction of parking lot improvements, including cold milling of existing asphalt concrete pavement, construction of new 2"asphalt concrete overlay, construction of ADA • access ramp, and thermoplastic striping and markings. • • ARTICLE 2 -- COMMENCEMENT AND COMPLETION • The Work to be performed under this Contract shall commence on the date specked 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 $700.00 for each • calendar day that expires after the time specified in Article 2, herein. • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 AGREEMENT FORM 12/23/2013 AGREEMENT AND BONDS-PAGE 1 ', • • • • • • ARTICLE 3 —CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the • Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). • ARTICLE 4 —THE CONTRACT DOCUMENTS • The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, • Special Provisions, the Drawings, Addenda numbers 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 Engineer or the City as provided in the Contract Documents. • ARTICLE 6 — NOTICES Whenever any provision of the Contract Documents requires the giving of a written • Notice, it shall be deemed to have been validly given if delivered in person to the • individual or to a member of the firm or to an officer of the corporation for whom it is • intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. • ARTICLE 7 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications 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 • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 AGREEMENT FORM • 1 2/2 312 01 3 AGREEMENT AND BONDS- PAGE 2 • • • • • • representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. • • ATTEST: CITY OF PALM SPRINGS, • CALIFORNIA • By APPROVED BY THE CITY COUNCIL: City Clerk • APPROVED AS TO FORM: Date • • By • City Attorney Agreement No. • Date • CONTENTS APPROVED: • • By • City Engineer • i Date • • By City Manager • Date • i • • j • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 AGREEMENT FORM • 1 212 312 01 3 AGREEMENT AND BONDS-PAGE 3 i • • 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 [ State of ❑ . County of f SS County of ❑Ss • 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/herltheir 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 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: • • • DEMUTH PARK-EAST PARKING LOT REPAIRS AGREEMENT FORM CITY PROJECT NO. 14-01 AGREEMENT AND BONDS-PAGE 4 • 12/23/2013 • • • • • • • • • • • i • • WORKER'S COMPENSATION CERTIFICATE • I • (AS REQUIRED BY SECTION 1861 • OF THE CALIFORNIA LABOR CODE) 1 am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for workers 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 i • • • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 • 1 2/2 312 01 3 WORKER'S COMPENSATION CERTIFICATE • AGREEMENT AND BONDS-PAGE B • • • • PERFORMANCE BOND • . KNOW ALL MEN BY THESE PRESENTS, a 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: • DEMUTH PARK— EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract • Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. • PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of Completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of • time granted under the provisions of said Contract Documents, release either said Contractor or said • Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said • Surety. • SIGNED AND SEALED,this day of 2014. • CONTRACTOR: (Check one:_indi%itlual.partnership,_corporation) • (Corporations require two signatures;one fmm each of the following groups:A. Chairman of Board,President,or any Vice President AND • B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Fimnciat Officer). • By SURETY: • • Signature(NOTARIZED) • Print Name and Title: • By • BY • • Signature(NOTARIZED) Title • (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: • • • DEMUTH PARK-FAST PARKING LOT REPAIRS CITY PROJECT NO, 14-01 PERFORMANCE BOND • 12/23t2013 AGREEMENT AND BONDS- PAGE 6 • • • • • • • • 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: • DEMUTH PARK— EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • 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 attorneys fee as shall be • fixed by the Court. This Bond shall inure to the benefit of any and all persons named in • Section 3181 of the Civil Code of the State of California so as to give a right of action to • them or their assigns in any suit brought upon this bond. • DEMUTH PARK-EAST PARKING LOT REPAIRS PAYMENT BOND • CITY PROJECT NO. 14-01 AGREEMENT AND BONDS-PAGE 7 12/23/2013 • • • • • • • • 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 2014. • 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) • DEMUTH PARK-EAST PARKING LOT REPAIRS PAYMENT BOND • CITY PROJECT NO. 14.01 AGREEMENT AND BONDS -PAGE 8 12/23/2013 • • • • • • CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BE M DESIGNATED BY THE CONTMCT WITN THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B • D D • TYPE OF WORK PERFORMED AND LOCATION • LIMITS OF LIABILITY IN THOUSANDS(x1000) • .,� TYPE OF INSURANCE POLICY NUMBER • EACH • COMPREHENSIVE GENEMI • LIABILITY Including: . ❑ EKPLOSIONANDCOLLAPN BODILY INAMY a s ❑ WDERGROUND DAMAGE 9 8 • ❑ PROPERTY DAMAGE PRO W CiSKOMPLFTEO CPFMTIONS • ❑ CONTRACTUAL INSURANCE w ❑ BROAD FORM PMPFMY DAMAGE • ❑ INDEPENDENT CONTRACTORS BODILY INJURY AND . ❑ PROPERTY 5 8 PERSONEl INJURY DAMAGE WMAGf COMBINED . PERSONAL NJURY 5 . COMPREHENSIVE AUTOMONLE BODILY INJUIIY MIN ITY EACH PERSON = • IOCWding: EACH ACCIDENT ❑ OWNED j • ❑ HomoPROPERTY DAMAGE • ❑ NON OWNED w ❑ MOTORCARFPERACT BODILY INARY • AND PROPERTY B DAMAGE COMBINED • EXCESS UAMIJTY BODILY INJURY InClu l.,: AND PROPERTY . ❑ DAMAGE COMBINED 5 EMPLOYERS LIABILITY • WOMLER'S COMPENSATION STATUTORY ,I and • EMPLOYER'S UASIUTY Including: EL 5 IEACH ACCIDENTI • ❑ LONG SNOREMfn'S AND I 1NMLW WtlRafRS ' • OTHER ADDITIONAL INSURED ENDORSEMENT••CITY OF PALM SPRINGS • The undersigned cartifiea that he or she is the representative of The above-named insurance companes,that he or she hea the aulhwhy,to exemte and issue nine • certificate IU Certificate Holder,arld aCCOTTIftly,does hereby Certify on behalf of sand insurance companies That policies of Insurance IH1ed abOYB have Been Issued 10 the insured named above arld are in force at this time. Notwithatendiog any requirement,term,or Condition of any contract or other document with respect to which this certificate may be issued or may pertain,IRA insurance afforded by the policies descdbad herein Is subject to At the Terms,exclusions,and Conditions of . such policies. Coles of The policies shown Will be IUmiShed to The Certificate Holder Upon request. • This Certificate does not emend,extend,or BITer the cmeraDe afforded by the policies listed. • CATCBIlodoa: Should any of The some described policies ba cancelled before the expiration date thereof,fhe hauirN company will mail 30 days wnhen notice To the Below-named certificate hgldar: • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY • .v�xovww.wN...tm w.sau usraes uraoruw.wa • .00aes . DEMUTH PARK-EAST PARKING LOT REPAIRS CERTIFICATE OF INSURANCE CITY PROJECT NO. 14-01 AGREEMENT AND BONDS- PAGE 9 • 12/23/2013 • • • • • • • • • • • • • CITY OF PALM SPRINGS • • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • PART II -- SPECIAL PROVISIONS • • • DEMUTH PARK—EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • • 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 • • • + wk • ail • • • • • DEMUTH PARK - EAST PARKING LOT IN0.41 REPAIRS PART II--SPECIAL PROVISIONS • CITY PROJECT NO. 14-01 GENERAL CONTENTS-PAGE 1 • 12/23/2013 • • • • • • • CITY OF PALM SPRINGS • • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • • SPECIAL PROVISIONS • • DEMUTH PARK—EAST PARKING LOT REPAIRS • CITY PROJECT NO. 14-01 • • 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, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may • apply to, and be in accordance with, the following Special Provisions. 40 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, 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 specked 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. • DEMUTH PARK -EAST PARKING LOT IN0.41 REPAIRS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • 12/23/2013 • • • • • • • 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall • be the Director of Public Works/City Engineer, City of Palm Springs, Engineering • Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the Engineer may subsequently designate in writing to the Contractor. • 1-2.3 Legal address of the City's Project Representative. - The name and • address of the Cit-/s designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. • Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the • Project Representative may subsequently designate in writing to the Contractor. • 1-3 DEFINITIONS AND TERMS • • 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the • following terms are used, the definitions shall be amended to read: • Agency-The City of Palm Springs, a charter city organized and existing in the County of Riverside, • State of California. . Engineer-The Director of Public Works/City Engineer of the City of Palm Springs, California. • Liquidated Damages -The amount prescribed in the Special Provisions, pursuant to the authority of • Government Code Section 53069.85,to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each days delay in completing the whole or any specified portion • of the Work beyond the time allowed in the Special ProviWns. • 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) Fridays, 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) • When a designated holiday falls on a Friday or Saturday,the Thursday before the holiday shall be a • designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. • • (b)Days on which the Contractor is prevented by inclement weather or conditions resulting • DEMUTH PARK - EAST PARKING LOT INO.4i REPAIRS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 • 12/23/2013 • • • • • • • immediately therefrom adverse to the current controlling operation or operations, as determined by • the Engineer, 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 - • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • DEMUTH PARK - EAST PARKING LOT(N0.4) REPAIRS TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS- SECTION 1 - PAGE 3 • 12/23/2013 • • • • • • • 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: • 12 WORKING DAYS 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 days • delay in finishing the Work in excess of the number of working days prescribed above. • 2-1.1 Subcontracts. The subcontractors are 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 obtaln a written acknowledgement by the Bonding Company that • said Bonding Company thereby waives the right of special notification of any changes or modifications • of the Contract,or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract,or of any other act or acts by the City or any of its authorized representatives." • • 2-2.2 EXECUTION OF BONDS • Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) • one sufficient admitted surety insurer; or (c) a combination of sufficient personal DEMUTH PARK - EAST PARKING LOT (NO.4) REPAIRS SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 2 - PAGE 1 • 12/23/2013 • • • • • • • sureties and admitted surety insurers. If a corporate surety insurer is used, a County • Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted • with the bonds. If a personal surety is used, all requirements set out in Code of Civil • Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. • 2-3 PRECEDENCE OF CONTRACT DOCUMENTS • The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read • as follows: • • In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of • precedence shall be as listed below: • 1. Change Orders or Work Change Directives • 2. Agreement 3. Addenda • 4. Contractors Bid(Bid Forms) • 5. Special Provisions 6. Notice Inviting Bids • 7. Instructions to Bidders S. 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 govem over Standard Drawings 5. Contract Drawings govern over Shop Drawings • 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: • "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH • REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may • rely upon the general accuracy of the"technical data"contained in such reports and drawings only where such "technical data"are specifically identified in the Special Provisions. Except • for such reliance on such"technical data,"the Contractor may not rely upon or make any claim against the City,the Engineer, nor any of the Engineers Consultants with respect to any of the • following: • 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractors • purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of constriction 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 • DEMUTH PARK-EAST PARKING LOT IN0.41 REPAIRS SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 2-PAGE 2 • 1 2/2 3120 1 3 • • • • • • • 2-7.1.3. Interpretation.-Any interpretation by the Contractor of such"technical data,"or any • conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." • • 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY • Unless indicated otherwise, all temporary access or construction rights-of--way, other • than those shown on the Plans, which the Contractor may find it requires during • progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its • own expense. • 2-6 SURVEY MONUMENT PRESERVATION GUIDELINES FOR OVERLAY • PROJECTS j • All work is to be performed by a person or under the supervision of a person authorized j • to practice Land Surveying, and shall adhere to the following guidelines: • A. PRIOR TO CONSTRUCTION • • 1. The public survey records are to be researched for the location of all possible survey • monuments within the scope of the project and copies shall be furnished to the survey crew. • • 2. The survey crew shall diligently search for all survey monuments of record on the • surface of the road. It is suggested that this search would include the use of a metal detector. When the detector indicates the possibility of a buried monument, • than digging below the surface to uncover the monument within 2" of the road surface is recommended. • 3. The survey crew shall properly reference all found survey monuments, which may be • disturbed or covered during construction, to stable surface points. 4. The authorized surveyor shall properly complete a Comer Record or Record of Survey for the monuments noted in item 3, above. Prior to the start of any • construction work, the original or a print of the Comer Record of Survey shall be • submitted to the County Surveyor for review, signature, and filing. • B. AFTER CONSTRUCTION AND PRIOR TO RECORDING THE NOTICE OF • COMPLETION • 1. All covered and disturbed monuments and surface monuments are reset in the new • road surface, or a new monument is set in the new road surface above the buried • one. • 2. All existing monument boxes will be adjusted to grade or replaced, as appropriate. • • 3. A monument box or other protective structure should be placed around key • monuments (section comers, quarter section comers). • DEMUTH PARK - EAST PARKING LOT INO.4I REPAIRS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 2- PAGE 3 • 12/23/2013 • it • • • • • 4. The authorized surveyor shall properly complete a Comer Record or Record of • Survey for all set monuments and existing monuments with a change in character, including tag number, and submit it to the County Surveyor for review, signature, • and filing. • • 2-7 AUTHORITY OF THE ENGINEER • The Engineer will decide all conflicts which may arise as to (1) the quality or • acceptability of the materials or equipment furnished, (2) the performance of the Work, • (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the • Contract on the part of the Contractor, and (6) compensation of the Contractor. The • Engineer's decision shall be final, and he shall have the authority to enforce and make • effective such decisions and orders which the Contractor may fail to carry out promptly. • 2-8 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that • the materials and the workmanship are in accordance with the Specifications, the • Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer's inspection. • • When the Work is substantially completed, a representative of the Engineer will make • the final inspection. • 2-9 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 the difficulties, responsibilities, or costs of successfully performing • the Work according to the Contract Documents. 2-10 FLOW AND ACCEPTANCE OF WATER • • 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. • • 2-11 SUBMITTALS • • DEMUTH PARK - EAST PARKING LOT (NO.4) REPAIRS SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 2 - PAGE 4 12/23/2013 • • • • • • • • 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 Engineer, a Schedule of Values, or lump sum price breakdown, which will • serve as the basis for progress payments and shall be incorporated into a • form of Application for Payment acceptable to the Engineer. • Such Schedule of Values shall be submitted for approval at the Pre- construction Conference and must meet the approval of the Engineer • before any payments can be made to the Contractor. • • END OF SECTION - • • • II • • • • • • • • • • • • • • • • • • • • DEMUTH PARK -EAST PARKING LOT(NO.4) REPAIRS SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS - SECTION 2-PAGE 5 • 12/23/2013 • • • • 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 costs and shall constitute the markup for all overhead and profit. • • 1) Labor 24 percent(includes bonding) • 2) Materials 15 percent 3) Equipment rental 15 percent • 4) Other items and expenditures 15 percent • 5) Subcontracts(1 st tier only) 5 percent • B) lower tier subcontractors none • To the sum of the costs and markups provided for in this subsection, except for • labor, one percent shall be added as compensation for bonding. 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard • Specifications shall be revised to read as follows: • 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the • event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall • be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, • that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the • Work in excess of 25 percent, or for eliminated items of work. • 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a • unit price contract, should the total quantity of any item of work required under • the Contract exceed the Engineer's Estimate therefore by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an • executed contract Change Order specifying the compensation to be paid therefore will be paid for by adjusting the Contract Unit Price, as hereinafter • provided, or at the option of the City, payment for the work involved in such • CHANGES IN WORK DEM• CITY PR PARK - EAST PARKING LOT IN0.41 REPAIRS CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 3 -PAGE 1 • 12/2312013 • • I • I • • • excess will be made as provided in Section 3-3.2 of the Standard Specifications, • as amended in these Special Provisions. • Such adjustment of the Contract Unit Price will be the difference between the • Contract Unit Price and the actual unit cost, which will be determined as • hereinafter provided, of the total pay quantity of the item. If the costs applicable • to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent • of the Engineers Estimate of the quantity for such item, and in computing the • actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same • manner as if the work were to be paid for as extra work as provided in Section 3- • 3.2 of the Standard Specifications, as amended in these Special Provisions, or . such adjustment as will be as agreed to by the Contractor and the City. • When the compensation payable for the number of units of an item of work • performed in excess of 125 percent of the Engineer's Estimate is less than • $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will • be made if requested in writing by the Contractor. 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required • under the contract be less than 75 percent of the Engineer's Estimate therefore, • an adjustment in compensation pursuant to this Section will not be made unless • the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order • specifying the compensation payable therefore, will be paid for by adjusting the • Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if • the work were to paid for as extra work as provided in Section 3-3.2 of the • Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which • would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as • hereinafter provided, of the total pay quantity of the item, including fixed costs. • Such actual unit cost will be determined by the Engineer in the same manner as • if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such Rem of work will in no case exceed the payment which would be made for the performance of 75 percent of • • OEMUTH PARK -EAST PARKING LOT(NO.4) REPAIRS CHANGES IN WORK • SPECIAL PROVISIONS-SECTION 3- PAGE 2 CITY PROJECT NO. 14-01 12/23/2013 • • • • • • • • the Engineers Estimate of the quantity for such item at the original Contract Unit 9 q ty • Price. • 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, • should any contract item of the Work be eliminated in its entirety, in the absence • of an executed contract Change Order covering such elimination, payment will • be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the • Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such • material cannot be canceled, it will be paid for at the actual cost to the • Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the • material is returnable to the vendor and if the Engineer so directs the Contractor, • the material shall be returned and the Contractor will be paid for the actual cost • of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. • • The actual costs or charges to be paid by the City to the Contractor as provided • in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard • Specifications, as amended in these Special Provisions, or such adjustment as • will be as agreed to by the Contractor and the City. • END OF SECTION - • • • • • • • • • • • • • • • • DEMUTH PARK -EAST PARKING LOT (NO.4) REPAIRS CHANGES IN WORK • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS- SECTION 3-PAGE 3 12/2312013 • • • • • • • • SECTION 4— CONTROL OF MATERIALS • • 4-1 TRADE NAMES OR EQUALS • 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: • Whenever any particular material, process, or equipment is indicated by a • patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that • indicated, unless a sole source is specified. Failure of the Contractor to • submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands • named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for • that which was originally specified. Unless otherwise authorized by the • Engineer, the time for submission of data substantiating a request for • substitution of an "or equal" item shall be not more than 20 days after bid opening. • • 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal' products, it shall submit data substantiating such request to the • Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall ,♦ include complete calculations, technical specifications, samples, or published • documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details • of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or • the City. • 4.2 MATERIALS • • 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid • Schedule. 4-2.2 Placing Orders. - The Contractor shall place the orders) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic • control facilities within 3 working days after the award of Contract by the City. The • Contractor shall furnish the Engineer with a statement from the vendors) that the • orders)for said supplies, materials, and equipment has been received and accepted by said vendors)within 15 working days from the date of said award of Contract. • • - END OF SECTION - • DEMUTH PARK- EAST PARKING LOT INO.41 REPAIRS CONTROL OF MATERIALS • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 4-PAGE 1 12/23/2013 • • • 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 S 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 r 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 i 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. • DEMUTH PARK - EAST PARKING LOT(NO.4) REPAIRS UTILITIES SPECIAL PROVISIONS-SECTION 5-PAGE 1 CITY PROJECT NO. 14-01 • 12/23/2013 • • • • • 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. 5-2 TEMPORARY SUPPORT OF UTILITIES • The Plans identify the approximate locations of existing utilities that parallel or • cross the Work. These locations are based on the best information available to the City. The Contractor shall verify these locations. • • During construction of the Work, some of the existing utilities may fall within the prism of trenches. If the existing utility does fall within the Contractor's trenches, the utility • involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc., shall be per the utility owner's requirements. The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities. 5-3 UTILITY LOCATION AND PROTECTION • Locations of existing utilities shown on the Plans are approximate and may not be • complete. The Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially • existing underground facilities In order to verify the location of all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, • General Telephone vaults, Southern California Gas Company valves, and other • DEMUTH PARK -EAST PARKING LOT(NO.41 REPAIRS UTILITIES • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 6-PAGE 2 12/23/2013 • • • i • • • subsurface structures shall be relocated or adjusted to grade by the Contractor. The • Contractor shall notify each utility owner a minimum of 2 working days before • commencing the Work. All water meters, water valves, fire hydrants, Southern Califomia Edison vaults, General i Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. i - END OF SECTION - • • • • • • • • • • • • • • • • • DEMUTH PARK- EAST PARKING LOT (No.4) REPAIRS UTILITIES • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 5-PAGE 3 • 12/23/2013 • • • • • • • SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK • 6-1 LIQUIDATED DAMAGES • 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 Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 • p.m., Monday through Thursday, with no work allowed on City-observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles 2. Construction Equipment • 3. Loading and Unloading Vehicles • 4. Domestic Power Tools 6-3 NOTIFICATION • The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The • following list of names and telephone numbers is intended for the convenience of the • Contractor only and is not guaranteed to be complete or correct: • CITY OF PALM SPRINGS Mike Lyter, Senior Public Works Inspector (760)323-8253 • Valerie Wagner,Streets Maintenance Supervisor (760)322-8364 ' Dave Barakian,City Engineer (760)323-8253 • VERIZON Attention: Mr.Larry Moore (760)778-3603 • DESERT WATER AGENCY • Attention: Ms. Debbie Randall (760)323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr.Vince Alvarez, III (760)202-4217 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909)335-7716 • TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760)340-1312 • UNDERGROUND SERVICE ALERT (800)227-2600 • • PROSECUTION, PROGRESS, DEMUTH PARK - EAST PARKING LOT INO.41 REPAIRS AND ACCEPTANCE OF THE WORK • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 6-PAGE 1 12/23/2013 • • i • i • 64 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer • at the Pre-Construction Conference. • • - END OF SECTION - • • i • • • • i • • • • • • • • • • • • • • 0 • • • PROSECUTION, PROGRESS, DEMUTH PARK - EAST PARKING LOT(NOA) REPAIRS AND ACCEPTANCE OF THE WORK i CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 6-PAGE 2 12/23/2013 • • • • SECTION 7 — RESPONSIBILITIES OF THE CONTRACTOR • 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: • • 'The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the • Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or • tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, • ordinances, regulations, orders, and decrees of bodies or tribunals having • any or all authority over the Work, and shall indemnify the City and all • officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or • based on, the violation of any such law, ordinance, regulation, order, or • decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or • Contract for the Work in relation to any such law, ordinance, regulation, • order, or decree, the Contractor shall forthwith report the same to the • Engineer in writing." 7-2 Hours of Labor. — Eight hours labor constitutes a legal days 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. 7-4 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge • thereof, withhold from the moneys under its control so much of said moneys due or to • become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to • file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. • DEMUTH PARK -EAST PARKING LOT M0.41 REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 1 12/23/2013 • • • • 7-5 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. • 7-6 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous • Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on • Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other • excavations that extend deeper than 4 feet below the surface, shall be subject to the • following conditions: the Contractor shall promptly, before the conditions are disturbed, • notify the public entity in writing of such conditions. • (b) It has been determined that the OSHA soil classification in Palm Springs has • designated to be Type C soil throughout the City. All protective measures shall be based • upon that determination. • 7-7 Resolution of Construction Claims. - As required under Section 20104, et seq., • of the Califomia Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work • done by or on behalf of the Contractor pursuant to this Contract, or payment of an • amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. • A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. • Within 30 days of the receipt of the claim, the City may request additional documentation • supporting the claim, or relating to defenses or claims the City may have against the • Contractor. if the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The • Contractor shall respond to the request within 30 days of receipt, if the amount of the • claim exceeds $50,000, but is less than $375,000. • Unless further documentation is requested, the City shall respond to the claim within 45 • • DEMUTH PARK -EAST PARKING LOT fN0.41 REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7- PAGE 2 • 12/23/2013 • • • • • • • 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. • 7-8 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 Califomia 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. • 7-9 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: 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: • • DEMUTH PARK - EAST PARKING LOT (N0.41 REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7 - PAGE 3 • 12/23/2013 • • • • • • • • 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 M 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 • • $1 Million per Occurrence/ $2 Million Aggregate • 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: 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. • OEMUTH PARK - EAST PARKING LOT INO.4I REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7-PAGE 4 • 1 2/2 31201 3 • • • • • • 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 • SArinas 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 fi 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. • • The Workers' Compensation and Employers 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 • DEMUTH PARK - EAST PARKING LOT(N0.41 REPAIRS RESPONSIBILITIES OF THE CONTRAC70R • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS- SECTION 7 -PAGE 5 • 1 2/2 31201 3 • • • • • • • underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractors 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 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. • a Binders and Cover Notes are also acceptable as interim evidence for up to 90 • days from date of approval • F. Endorsement Lanouaoe 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 €NQEAV8R T MAIL 30 DAYS' WRITTEN • NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT • I IA011 ITV - . . Y KIND UPON THE INSWRFiR ITS AGENTS OR R6PRESENTATIVCC Cv. • `The broker/agent can include a qualifier stating "40 days notice for • nonpayment of premium." • • 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. • • • DEMUTH PARK - EAST PARKING LOT INO.4I REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS- SECTION 7-PAGE 6 1212312013 • • • • • • • 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. • • The City has recently joined SPARTA (Service Providers & Artisans Trade Activities • Program) to accommodate smaller contractors and service providers who have difficulty in meeting the City's insurance requirements. The SPARTA Program offers a • general liability program that provides the $1 million limit and, upon request, will also • provide auto insurance with the $1 million limit (only in conjunction with the purchase • of general liability insurance). SPARTA is only available during the time your company is under contract with the City. • • Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. • A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: • • A. Personal services contracts; B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and • D. Providers of goods. • K 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. • • 7-10 PERMITS • 7-10.1 National Pollution Discharge Elimination System (NPDES) Permit - This • project is subject to the requirements of General Permit No. CAS000002 issued by the • State Water Resources Control Board. This permit regulates storm water discharges DEMUTH PARK - EAST PARKING LOT(NOA) REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 7 • 1 2/2 3120 1 3 • • • • • • • associated with construction activities. NPDES permits are required for all storm water • discharges associated with a construction activity where clearing, grading, and excavation results in a land disturbance of 1 or more acres, but does not include regular • maintenance activities performed to restore the original line, grade, or capacity of the facility. This project does not require a Storm Water Pollution Prevention Plan. • However, the Contractor shall guarantee that the work complies with the following • measures from the Regulatory Permits and Environmental Commitment Measures: • Projects shall not discharge substances in concentrations toxic to human, plant, animal, or aquatic life or that produce detrimental physiological responses. • • • Projects shall not discharge waste classified as "hazardous" as defined in Title 22 CCR section 66261and the California Water Code section 19179; • • • No oil, petroleum products, or rubbish shall be allowed to enter into or be placed • where it may be washed by rainfall or runoff into Municipal Separate Storm Water Sewer System, including the public streets. • • • No equipment maintenance will be done within or near any stream channel where petroleum products or other pollutants from the equipment may enter into Municipal • Separate Storm Water Sewer System. • !i • • Equipment refueling shall not occur within Municipal Separate Storm Water Sewer System. • Any oil or grease leaks shall be immediately cleaned up. • The Construction Superintendent shall prepare a Construction Schedule and Best • Management Practices(BMP) Sequencing Schedule for the project. • Throughout the duration of the work, the Construction Superintendent shall ensure that • the following construction storm water monitoring actions are performed: • • Conduct site inspections before and after storm events. • • • Conduct inspections of construction sites prior to anticipated storm events and after • actual storm events to identify areas contributing to a discharge of storm water associated with construction activity, and evaluate whether control practices to reduce • pollutant loadings are adequate and properly implemented or whether additional • control practices are needed. A record of the inspections must include the date of the • inspection, the individual(s)who performed the inspection, and the observations. • Any noncompliance or anticipated noncompliance shall be reported to the Engineer • immediately, for reporting to the Regional Water Quality Control Board (RWQCB). The notifications shall identify the type(s) of noncompliance, describe the actions • necessary to achieve compliance, and include a time schedule, subject to the • modifications by the RWQCB, indicating when compliance will be achieved. • DEMUTH PARK - EAST PARKING LOT(NOA) REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7- PAGE 8 • 12/23/2013 • • • • • I • The Contractor shall allow authorized agents of the California Regional Water Quality • Control Board (Regional Board), State Water Resources Control Board, U.S. Environmental • Protection Agency, and local storm water management agencies, upon the presentation • of credentials and other documents as may be required by law, to: • 1. Enter, at reasonable times, upon the construction site and the Contractors facilities • pertinent to the work. • 2. Have access to inspector' records at reasonable times. • • 3. Inspect, at reasonable times, the construction site and related erosion and sediment • control measures. • 4. The Contractor shall grant Regional Water Board staff, or an authorized • representative, upon presentation of credentials and other documents as may be required by law, to enter the project site at reasonable times, to ensure compliance • with the terms and conditions of the WQC and/or to determine the impacts the project • may have on waters of the United States. • 7-10.2 Payment — Full compensation for establishing and implementing Best • Management Practices (BMPs), and monitoring and maintaining the BMPs throughout the duration of this project shall be considered as included in the lump sum bid item price for �+ "Initial Mobilization," which price shall include full compensation for furnishing all labor, • materials, tools, equipment, and incidentals for doing all work involved to establish, • implement, monitor and maintain the BMPs, and no additional compensation shall be allowed therefore. • • 7-10.3 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. • All other provisions of Section 7-5 of the Standard Specifications shall remain in force. • 7-10.4 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. 7-11 SITE CLEANUP • • Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from • rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section • DEMUTH PARK - EAST PARKING LOT IND.41 REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7- PAGE 9 • 12/23/2013 • • • • • • 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 clean and neat appearance, as approved by the Engineer. 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. • • 7-12 DUST CONTROL 7-12.1 General • • A. The Contractor shall be responsible for stabilizing the disturbed soil during • construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer 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 arovidina adequate dust control 24 hours a day, everyday, through 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 Engineer. • • 7-12.2 Dust Control Sign Requirements 7-12.2.1 Sign Materials and Fabrication. - The Contractor shall construct, erect, and • maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the Contractor shall • maintain the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. The sign • board shall be minimum 5.5-foot wide by 4-foot high, constructed as follows: • a. 3/4" High Density Overlay exterior type plywood, Grade designation APA • HDO EXT. b. Two 4" x 4" posts securely buried not less than 36 inches into the ground. • No concrete shall be used to secure the sign posts. The posts shall be • treated with linseed replacement oil tinted with redwood stain. c. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post. d. The front surface of the sign should be painted in the contrasting colors of a • white background with black lettering. All paint shall be weather-proof non fading enamel. • DEMUTH PARK -EAST PARKING LOT INO.4I REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7 -PAGE 10 • 12/23/2013 • • • • • • e. Commercially prepared metal signs mounted on steel posts are also • acceptable. • f. For large projects, signs shall be installed at 300 feet spacing along adjacent • streets, or as required by the City Engineer. • No handwritten signs will be accepted. Stenciled or professionally prepared signs are • required. • 7-12.2.2 Sign Installation. —The sign shall be installed such that members of the public • can easily view, access, and read the sing at all times and shall be located along the . street frontage such that it will not be subject to damage from equipment or vehicles working at the project site. Additionally: • a. The lower edge of the sign shall be mounted a minimum of 6 feet above • existing ground level for easy viewing. • b. On the construction site the sign should be positioned so as to be visible from all major streets. • c. For construction projects that are developed in phases, the sign should be • relocated to the areas which are under active construction. • 7-12.2.3 Sign Lettering. -The sign shall contain the following words in the top portion of • the sign in minimum 1.5 and 2 inch high (as indicated in parentheses) bold face type • letters: Project Name: (2") • Contractor: (2") • City Project No: (2") • IF YOU SEE DUST COMING (2") FROM THIS PROJECT CALL (2-) • Underneath the sign shall contain the following words in the largest, minimum 3", bold • face type letters: • (PROJECT MANAGER'S NAME) (XXX) XXX-XXXX • The Contractor shall supply its Superintendent's or Project Manager's name and 24 • hour telephone number. • Underneath in smaller, minimum 1.5" bold face type letters shall be the following words: • IF YOU DO NOT GET A RESPONSE,PLEASE CALL: • 8:00 a. m.—6:00 p.m. Monday to Thursday: (760)323-8253 City of Palm Springs • Public Works and Engineering Department • After hours or weekends please call: (760) 323-8115 City of Palm Springs Police Department • Or call A.Q.M.D.: 1-800.288-7%4 The sign planning, appearance, and layout shall substantially conform to the sketch • included in the Appendix A, and shall be subject to the approval of the Engineer. The sign shall be placed into its final position as a part of the work of Initial Mobilization. • DEMUTH PARK- EAST PARKING LOT 1NO.41 REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7 - PAGE 11 • 12/23/2013 I • • 7-12.2.4 Sign Maintenance. — Dust Control Sign shall be maintained in good condition by the Contractor at all times during the entire contract. In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the • Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. 7-12.2.5 Payment. - Full compensation for providing 24 hour dust control and project maintenance, and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefore. END OF SECTION - • OEMUTH PARK - EAST PARKING LOT (NO.41 REPAIRS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 7-PAGE 12 • 12/23/2013 • • • • • • • SECTION 8 - FACILITIES FOR AGENCY PERSONNEL • • • (BLANK) • END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • • • DEMUTH PARK - EAST PARKING LOT IN0.41 REPAIRS FACILITIES FOR AGENCY PERSONNEL • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 8-PAGE 1 • 12/23/2013 • • • • • • • SECTION 9- MEASUREMENT AND PAYMENT • • 9-1 GENERAL • 9-1.1 Payment - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all • tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and • Payment in the Standard Specifications and these Special Provisions, and as shown on • the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and • Health Requirements of the California Division of Industrial Safety and the Occupational • Safety and Health Administration of the U.S. Department of Labor(OSHA). • No separate payment will be made for any item that is not specifically set forth in the Bid • Sheets, and all costs shall be included in the prices named in the Bid Sheets for the • various appurtenant items of work. • 9-1.2 Partial and Final Payments. - Acceptance of any progress payment • accompanying any estimate without written protest shall be an acknowledgement by the • Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the • Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. • Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent • retention will be withheld from each payment. All invoices and detailed pay requests • shall be approved by the Engineer before submittal to the City for payment. All billings • shall be directed to the Engineer. • The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for • the entire amount covered by such invoice; valid unconditional waivers of lien from the • Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; • • Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. • Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material- men. 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 approximate measurement 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 Engineer shall review the Contractor's monthly • measurement of the work, and shall either reject or approve the measurements. If DEMUTH PARK-EAST PARKING LOT (NO-4) REPAIRS MEASUREMENT AND PAYMENT • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS- SECTION 9 - PAGE 1 • 12/23/2013 • • • • • • • rejected, the Contractor shall revise the monthly measurement of work according to the • Engineer's measurements, and resubmit for approval by the Engineer. The Contractor • shall receive payment by mail to the Contractor's business address within 30 days of • the Engineer's approval of the Contractors monthly measurement of the work. Payments shall not be made more frequently than once per month. • 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall • be DELETED and the following substituted therefore: • After 35 days of the Citys 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 SCHEDULE • • 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the • Bid Sheet(s) for the respective items of work. The quantities of work or material stated • as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that • the actual amount of work or material will correspond therewith, and reserves the right • after the award of Contract to increase or decrease the quantity of any unit price item of • work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. • 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall • require completion of all of the listed items during the first 25 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the • Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such • work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, • non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as • specified. The scope of the work included under Pay Item No. 1 shall include the • obtaining of all bonds, insurance, and permits, moving onto the site of all plant and • equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the • Work. Mobilization shall include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractors plant and equipment required for the first month's operations. • • 2. Installing temporary construction power, wiring, and lighting facilities • 3. Establishing fire protection systems as specified in the Special • Provisions. • DEMUTH PARK - EAST PARKING LOT INO.41 REPAIRS MEASUREMENT AND PAYMENT CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 9 - PAGE 2 • 12/23/2013 • • • • • • • 4. Providing on-site communication facilities for the Contractor and the • Engineer, including telephones, pagers, modems, and facsimile • machine, as specified in these Special Provisions. • 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. • • 10. Installing, maintaining, and removing Dust Control Sign and • Construction Project Funding Identification Sign. • 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 Initial Mobilization Work items will be made until all of • the listed items have been completed to the satisfaction of the Engineer. • The aforementioned amount will be retained by the City as the agreed, estimated value • of completing all of the mobilization items listed. Any such retention of money for failure • to complete all such mobilization items as a lump-sum item shall be in addition to the • retention of any payment pursuant to the provisions of Public Contract Code 22300. • END OF SECTION - • • • • • • • • • • • DEMUTH PARK-EAST PARKING LOT(NO.4) REPAIRS MEASUREMENT AND PAYMENT • CITY PROJECT NO. 14-01 SPECIAL PROVISIONS-SECTION 9- PAGE 3 . 12123l2013 • • • • • • • • • SECTION 10 — CONSTRUCTION DETAILS • • 10-1 GENERAL II • • 10-1.1 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. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. • • 3. 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. • 10-1.2 LOCATION OF THE WORK • The Work is located on Mesquite Road, at the east side of Demuth Park, next to the tennis courts, in Palm Springs, California. • • 10-2 TRAFFIC CONTROL • 10-2.1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety,"of the Standard Specifications. 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in • traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a • week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. • All traffic control devices shall be removed from view and non-operational when not in • use. 10-2.3 Construction Signing, - Lighting and Barricading — Construction signing, lighting • and barricading shall be provided on all projects as required by City Standards or as • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS . 12/23/2013 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • • I� • i • • directed by the City Engineer. As a minimum, all construction signing, lighting and j • barricading shall be in accordance with State of California, Department of Transportation, • "CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2012 EDITION", or subsequent editions in force at the time of construction. The sign and • barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be • placed no more than 100 feet apart on each side of the street and at shorter intervals if • conditions warrant. The Contractor shall provide the signs and will be responsible for • adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. i 10-2.5 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction • zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to • replace any part of these requirements. Local access shall be maintained to all properties fronting the Work at all times. • 10-2.6 Pedestrians. - The Contractor shall erect signs and barricades to direct • pedestrians through or around the construction zone. These signs and barricades shall • be an integral part of the Contract, and shall be included as part of the Bid Item for traffic • Control in the Bid Schedule, and no additional compensation will be allowed therefore. • Special note: The Contractor shall be aware that the adjacent park is used by children on a regular basis all day, every day. The Contractor shall use any measures necessary . to restrict children's access in the vicinity of the Work, including sidewalks along the parking lot. • I 10-2.7 Public Safety During Non-Working Hours. — Not-withstanding the Contractor's primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City • forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the Contractor • shall be responsible for all expenses incurred by the City. • 10-2.8 Measurement and Payment - Measurement for payment for traffic control will be • based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, • complete, as required under the provisions of any permits, and in accordance with the • standard specifications and these special provisions. • Payment for traffic control shall be made at the lump sum price Bid for "Traffic Control", • and no additional compensation shall be allowed therefore- • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS . 1 2/2 312 01 3 SPECIAL PROVISIONS-SECTION 10-PAGE 2 • • • • • • • • 10-3 EARTHWORK • 10-3.1 Clearing and Grubbing. - All clearing and grubbing shall conform to Sections • 300-1 of the Standard Specifications. • • Clearing and grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed Work to the satisfaction of the Engineer. Said • objectionable materials shall be hauled away and properly disposed of. 10-3.1.1 Existing Facilities. - It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate • removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and • associated electrical service, etc., that is not slated for removal as part of the Contract, repair and replacement shall be at least equal to the existing improvements prior to such • damage, all in accordance with requirements of the Contract Documents. • The Contractor shall be responsible for any and all damage done to existing property and • adjacent properties during all construction work under this contract, and the Contractor, at • its expense, shall make any repairs that result from its operations, to the approval of the Engineer. • 10-3.1.2 Trees Within Project Limits • General. - The Contractor shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within project limits, and shall not trim • or remove any trees unless such trees have been approved for trimming or removal by • the City. All existing trees and shrubs which are damaged during construction shall be • trimmed or replaced by the Contractor or a certified tree company under permit from the City and to the satisfaction of the Engineer. • 10-3.1.3 Rights of Way. - The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission • line or cable; any fence; or any other structure. • Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm • drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such • damage occurs after backfilling or is not discovered until after completion of the • backfilling. • DEMUTH PARK-EAST PARKING LOT REPAIRS . CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS 1 212 3/2 01 3 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • • • • • • • • Approval of Repairs. - All repairs to damaged improvements are subject to inspection • and approval by an authorized representative of the improvement owner before being • concealed by backfill or other work. • 10-3.1.4 Payment. - Payment for Clearing and Grubbing shall be considered as included • in the various bid items, and shall constitute full compensation for removal and disposal of all resulting materials as shown on the plans and required in the Standard Specifications and these special provisions and as directed by the Engineer. • • 10-3.2 REMOVALS • 10-3.2.1 Disposal Site. - The Contractor shall specify the route and the disposal site of • the material that is required to be removed and hauled away. The Contractor shall provide • this information at the Pre-Construction Conference. • The Contractor will be allowed to stockpile removal material on adjacent lots with the • written permission of the City. Said written permission must be approved by the Engineer • prior to placement of any material on the property. All stockpiled material shall be removed and disposed of at the end of each work week. • • 10-3.2.2 P.C.C. Access Ramp and Curbs: Portland cement concrete shall be removed • to neatly sawed edges, with saw-cuts made to a minimum depth of one-half the thickness of said concrete. Concrete access ramp and curbs to be removed shall be neatly sawed • in straight lines, either parallel to the curb or at right angles to the alignment of the existing • concrete flatwork. Concrete shall be saw-cut to the nearest cold joint, weakened plane • joint, or expansion joint in all directions, regardless of panel size or the distance from saw- cut to joint. • • 10-3.2.3 Payment. • Payment for saw-cutting and removing Portland cement concrete shall be considered as included in the Bid item price for"Construct ADA access Ramp(Case G)", and no additional compensation shall be allowed therefore. • 10.3.3 Unclassified Excavation • • 10-3.3.1 Unclassified Excavation. - Unclassified excavation shall consist of all excavation in accordance with Section 300-2 of the Standard Specifications, unless • separately designated. • • 10-3.3.2 Selected Materials. - The text of Subsection 300-2.7 of the Standard Specifications is hereby deleted and replaced with the following: • • "Selected materials encountered in the excavations within the limits of the • Work that conform to the Standard Specifications for base material, trench • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS • 12/23/2013 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • 0 • • • • bedding, backfill, topsoil, or other specified materials shall be used as shown in the Special Provisions, or as directed by the Engineer." • 10-3.3.3 Payment. - Payment for all unclassified excavation shall be considered as • included in the various Bid item prices, and no additional compensation shall be allowed • therefore. • 10-3.4 Unclassified Fill. • • 10-3.4.1 Unclassified Fill. - The Work shall conform to Section 300-4, "Unclassified Fill" • of the Standard Specifications. 10-3.4.2 Payment. - All costs for unclassified fill shall be considered as included in the • various Bid item prices, and no additional compensation shall be allowed therefore. • 10-4 COLD MILLING • • General. All cold milling shall be performed in accordance with Section 302-1 of the + Standard Specifications. • Uniform Thickness Cold Milling. • The full width of designated areas, where indicated on the drawings, shall be cold milled • to a uniform depth of 2 inches. The Contractor's attention is directed to the fact that in • some areas, the asphalt concrete has been built up above the gutter lip more than '/< • inch. • Disposal Site. - The Contractor shall specify the route and the disposal site of the • material which is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's and Engineer's • approval. Payment - Payment for uniform thickness cold milling of asphalt concrete pavement, shall be made at the unit price bid per square foot for"Cold Mill Existing AC Pavement' in • the Bid Schedules. Payment for cold milling of asphalt concrete pavement shall include cold milling to the depth required (2 inches) below the lip of gutter regardless of the • thickness of asphalt concrete actually cold milled, and additional compensation shall not be allowed for areas where asphalt concrete pavement has been built up above the gutter • lip. No different payment will be made for the differing thickness of asphalt concrete cold • milled. Payment shall include full compensation for all labor, equipment, tools, and • incidentals needed to complete the work in place, including provision of necessary materials, and placement and removal of temporary asphalt concrete pavement, and no • additional payment will be allowed therefore. • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS 12/23/2013 SPECIAL PROVISIONS-SECTION 10. PAGE 5 • • • • • • • • 10-5 CRACK FILLING 10-5.1 Description - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks • greater than 1'/2" in width. The Contractor will be required to thoroughly complete • preparation of all cracks at least 1'/2" in width no matter the number of or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling construction of asphalt concrete overlay. • • 10-5.2 Material - Crack filling material for pavement cracks greater than 1'/s" in width shall be Type E asphalt concrete in accordance with Section 203-6 of the Standard • Specifications. • • 10-5.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a • minimum of 6 inches on each side of the crack. • 10-5.3.1 Weed Killer- All cracks and joints shall be treated with an approved weed killer at least two (2) days before sealant application if weeds or other plant material are • present in the pavement cracks. The Contractor shall apply weed killer to all plant • material prior to their removal, according to the manufacturers specifications. • 10-5.3.2 Crack Cleaning and Drying —The crack shall be cleaned and dried by making • two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000°F and 3,000f/s. Care shall be taken to avoid overheating the • pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not bum, the crack sidewalls. The heat lance should be • held approximately 2 inches above the crack channel. Proper heating is manifested by a slightly darkened color; burning is apparent by a black color and a very gritty texture. The second pass should completely remove all the dislodged crack particles from the • roadway and shoulder. The hot air-blasting operation shall be conducted immediately prior to the sealing operation to limit the amount of dust and debris blown into the cleaned crack channel, I• maximize crack warmth, and minimize the potential for formulation of moisture • condensation in the crack channel. • Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and voids, and achieves required density and compaction. • 10.5.4 Payment - Payment for preparation of cracks and installation of Type E asphalt concrete shall be considered as included in the unit bid item price per ton for "Construct • 2" AC Overlay" and shall represent full compensation for furnishing all labor, materials, • .• DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14.01 CONSTRUCTION DETAILS • 12/23/2013 SPECIAL PROVISIONS-SECTION 10-PAGE 6 • • • • • • • • tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. • 10-6 ASPHALT CONCRETE. • 10-6.1 Asphalt Concrete Overlay - Construction of asphalt concrete overlay shall • conform to Section 302-5 of the Standard Specifications. Asphalt concrete overlay shall be laid in one lift of 2 inches at the parking lot locations shown on the plan. The overlay • shall be placed after grinding the existing pavement down by two inches. 10-6.2 Material - The gradation of the asphalt concrete shall conform to Type C2 ('/2" Dense Medium) in accordance with Section 203-6 of the Standard Specifications. • Asphalt binder (paving asphalt) shall conform to type PG 70-10, in accordance with • Section 203-1 of the Standard Specifications. The Contractor is to submit the proposed asphalt concrete mix design to the Engineer at the pre-construction conference for review • and approval prior to use. Tack coat shall be an SS-1h emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. • 10-6.3 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5.5 "Distribution and Spreading" and Section 302-5.6 "Rolling" of the Standard Specifications. • • 10-6.4 Measurement and Payment. Payment for asphalt concrete overlay will be • made at the unit price bid per ton for"Construct 2"AC Overlay" as shown on the plans, as specified in the standard specifications and in these special provisions, and as directed by • the Engineer. The cost of tack coat shall be included in the price for asphalt concrete overlay, and no additional payment will be made therefore. • • No separate payment will be made for asphalt or aggregate used in the asphalt concrete, • and all costs therefore shall be included in the unit price bid for asphalt concrete. • Payment for asphalt concrete shall include full compensation for construction of asphalt • concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in • accordance with the standard specifications and these special provisions. • 10-7 PORTLAND CEMENT CONCRETE • 10-7.1 Material. Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new access ramp and barrier curbs. Where • class and type are not specified in the standard drawings or plans, Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS 1 212 312 01 3 SPECIAL PROVISIONS- SECTION 10-PAGE 7 • • • • • • • 10-7.2 A-D.A. Access Ramp. Construction of Portland cement concrete access ramps shall conform to Section 303-5 "Concrete Curbs, Walks, Cutters, Cross Gutters, Alley • Intersections, Access Ramps, and Driveways" of the Standard Specifications, and to Caltrans Standard Plans. Application location and other specifications are shown on the • Plan and shall also be adhered to. The access ramp shall be in accordance with the 2010 Edition of Caltrans Standard Plan A88A, Curb Ramp Details, Case G. The ramp details shall govem, but the Construction • Plans shall be referred to for location details. ADA standards shall be referred to for other • specifications not explicitly stated or shown on the drawings. • 10-7.3 Payment. - Payment for construction of Portland cement concrete ADA access • ramp and curb repair shall be made at the unit price Bid per each for "Construct ADA • Access Ramp (Case G)" constructed complete in place as shown on the plan, as • specked in the standard specifications and in these special provisions and as directed by the Engineer, and no additional compensation shall be allowed therefore. • • No separate payment will be made for grading, furnishing and setting of expansion joint material, disposal of excess materials, and all other appurtenant work for which separate • payment is not specifically provided in the bid. • • 10-8 STRIPING AND PAVEMENT MARKINGS • 10-8-1 Materials . Parking Stall Striping and Markings -- Parking Stall Striping and Markings shall conform to the provisions in Section 214-1 "General" and 214-5 "Thermoplastic Material • for Traffic Striping and Markings," of the Standard Specifications and these Special • Provisions. • Paint— Blue paint for curbs at the ADA parking stalls shall conform to section 214-1 and • section 214-4 of the Standard Specifications. • Thermoplastic material and paint shall be tested prior to use, or the Contractor shall provide the Engineer with a Certificate of Compliance from the manufacturer. Said • certificate shall certify that the paint and thermoplastic material complies with the State's • Specifications and that paint or thermoplastic material manufactured to the same • formulation and process has previously passed State testing. A list of manufacturers that have produced paint meeting State specifications is available from the Department of • Transportation Laboratory. Material supplied by manufacturers other than those that have • previously manufactured approved paints shall require complete testing and certification • prior to use in the Work. The material shall be able to be applied at ambient and road temperatures down to 32 • degrees F. (zero degrees C.) without any preheating of the pavement to a specific temperature. The pavement shall be clean, dry, and free of debris. The Contractor shall provide application instructions from the manufacturer with each container. • DEMUTH PARK-EAST PARKING LOT REPAIRS . CITY PROJECT NO. 14-01 CONSTRUCTION DETAILS 1 212 3/2 01 3 SPECIAL PROVISIONS- SECTION 10- PAGE 8 • • • • • • • 10-8.2 Applying Pavement Striping and Markings — Thermoplastic striping and • pavement markings shall be applied in accordance with section 314-4.4 of the standard specifications. • 10.8.3 Night Operations. — Striping, legends, and pavement markings shall not be • installed at night under any circumstances. The Work shall be executed only during the working hours discussed in Section 6, Subsection 6-2.1, "Hours of Operation", of the • Special Provisions. 10-8.4 Compatibility. — The Contractor shall contact the Streets Maintenance Supervisor of the City at (760) 322-8364 a minimum of 2 working days before any legends are applied, to ensure that the patterns the Contractor is using match the • patterns used by the City. No other patterns will be allowed to be used except those • patterns that match the City's. • 10-8.5 Payment. • The contract lump sum bid for "Parking Stalls Striping (4" white thermoplastic)" for applying thermoplastic pavement stripes per detail on Construction and Striping Plan, shall include full compensation for furnishing all labor, materials, tools, equipment, and • incidentals, and for performing all the work involved in painting thermoplastic pavement markings (regardless of the thickness, number, widths, and patterns), including any • necessary cat or rabbit tracks, dribble lines, and layout work, complete in place, as shown on the Drawings, as specified in the Special Provisions, and as directed by the Engineer. Payment for ADA parking stalls striping and symbols (blue thermoplastic), and "NO • PARKING" legend (white thermoplastic) shall be made at the lump sum price bid for • "ADA Parking Stalls Striping, Legend and Curb Painting" and no additional • compensation will be allowed therefore. • Payment for blue curb painting shall be considered as included in the bid item "ADA Parking Stall Striping, Legend and Curb Painting" and no additional compensation will . be allowed therefore. • Payment for stop bar and legend shall be made at the unit price bid for "Stop Bar and • Legend (white thermoplastic)" and no additional compensation will be allowed therefore. • - END OF SECTION - • 7 • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO.14-01 CONSTRUCTION DETAILS • 1212312013 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • • PART III - APPENDIX DEMUTH PARK— EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 • • . Vicinity Map • City of Palm Springs Standard Drawings: ! - Std. Drawing No. 200 Curbs, Gutters, and Cross-Gutters . - Std. Drawing No. 625 Stop Bar and Legend Detail • Caltrans Standard Plans: • - Std. Plan A24C Pavement Markings, Symbols and Numerals • - Std. Plan A88A Curb and Ramp Details - Std. Plan A90A Accessible Parking • • Dust Control Sign • • • • • • • • • • • DEMUTH PARK-EAST PARKING LOT REPAIRS CITY PROJECT NO. 14-01 CONTENTS • 12/23/2013 PART III • • • • • • YO-01 5'R[L' GARRET AL(. O�R PALM S • U.P. �AO ��TAIE 1p • A. A� • U fn DESERT NNRRNRI • CFNTER M MER ROAD • �ocgC �FUM1��` • �A SAN WA&W. .e_ fRANpS OR. P,YY yplgt • � �y yyYp CUM1M'CJ9 MNiOR • IYuIYATAM RACQJ CLUB ROM 1 mIRA ACaIYA S i TOSCALE a A D!0 ROAD 11,E R A CBINO ROAD O • y � G WY • >_ au Aa oar • w>wp s TAb1EVAN IMJE '� AYMO ROAD • m1ml� PAIN SP m I TERNA N. NRPORT • NIOUITZ CANYON WAY S O u PN fPN6C $ 1F1II$ YNL O • �� BM6T0 ROAD � PNL 91NW04 PNY YYW • IP4 1dOtt bAY OOi. 'O RAYON ROAD u RANM RDAD Q RAYON ROAD • rval sAras • s 91NNY DUNES ROM • IM AYE d NEMUM AVE. • y eawm Q • woo SONtllA ROM AwY 1aMas�iti y�TM • PROJECT J(Yl( • EAST PµN if CMYM DRIVE r—LOCATIO LIr • VICINITY MAP • CITY OF PALM SPRINGS, CALIFORNIA RA° ❑� °'� • DEMUTH PARK S EAST PARKING LOT REPAIRS • CITY PROJECT 14-01 • • • • • NO. REVISIONS APPROVED DATE • • • • 6^ 11/2" 6" 2• R- 1/2' R- 1/2" 6" 24' • �'.. I A.C. PAVEMENT. 1 1/2^ m R-1/2" • '� ice ` 1/4' LIP (TYP) • '1'•. N U • AC. PAVEMENT -1;•; ` .,-7,._a• 7 t/2 Al A2 A3 A.C. PAVEMENT 6" 1 1 24' 6' 12" 1 1' 2" 11/2' . R-1/2' 11/2" 6' R-1, • R-1/2' ONSITE ONLY ONSITE ONLY • A4 A.C. PAVEMENT BI B2 • 24' 3 3 • 16' 6' f 2 RR I g. . SLOPE SLOPE FLOIAUNE 6. • " Flo- •. NSION OF GUTTER 6' CROSSGUTTER-SECONDARY THOROUGHFARE • 1/2' FlBER E%PANSION JOINT C1 - END OF CURB D1 • 4' t 4' 10' *PAVEMENT SLOPE 1/2" SLOPE 8" • :.jY:. .' r•r 8. • r 8' CROSSGUTTER—MAJOR THOROUGHFARE • D2 NOTES: • 1. TYPES Al. A2 AND El ARE BARRIER CURBS. . 2. TYPES A,B,C AND D ARE CONSTRUCTED OF CLASS 560-C-3250 PORTLAND CEMENT CONCRETE. 3. TYPE E1 IS CONSTRUCTED OF TYPE D2-AR8000 ASPHALT CONCRETE. • 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS. • 6. EDGE OF A.C. PAVEMENT SHALL BE INSTALLED 1/4' ABOVE LIP OF GUTTER. 7. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4 OF STANDARD SPECIFICATIONS FOR • PUBLIC WORKS CONSTRUCTION. SCORING SHALL BE DONE EVERY 5 FEET MAXIMUM WITH 1' DEEP WEAKENED i PLANE JOINTS PROVIDED EVERY 10 FEET. • CITY OF PALM SPRINGS APPROVED: DATE; PUBLIC WORKS & ENGINEERING DEPARTMENT 9 1 • CITY ENGINEER R.C.E. CURBS, GUTTERS, AND DRAWN BY: G.F.F. FILE NO. STANDARDS • CROSS-GUTTERS CHECKED BY: M.L.F. DWG. N0. 200 • i • • • • • NO. REVISIONS APPROVED DATE • • • • STOP BAR LOCATED AT MIDDLE a OF CURB RAMP SIDE SLOPE W • NEAREST THE B.C.R. • • 8' I 12" CURB RAMP SEE DWG. 212 • � BCR • FACE OF CURB • i • a STREET CENTERLINE • • 4, • 8' I 12" i • NON — RAMPED • FACE OF CURB • STREET CENTERLINE • NOTE: • ALL STENCILS TO BE CALTRANS: — THROUGH ARROWS TYPE I • — LEFT/RIGHT ARROWS TYPE IV — DROP ARROWS TYPE M • CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS h ENGINEERING DEPARTMENT 28031 • CITY ENGINEER R.C.E. STOP BAR AND LEGEND DETAIL DRAWN BY: G.F.F. FlLE N0. STANDARDS • CHECKED BY: M.LF. DWG. N0. 625 • • { I RIX I. wy 20 2011 7wyn A I ---T ' ---- I I i � oai• IY1 N —. — - - —t-- --- - 1 } „ `er ::; a tR,t 3• ,• BIKE LANE SYMBOL BIKE LANE SYMBOL DIAMOND SYMBOL e ' WITHOUT PERSON NtTH PERSON INTERNATIONAL SYMBOL j OF ACCESSIBILITY iISAI MARKING O 9 A-2 III � I 2 t I ,•taco N� BICYCLE LOOP -.t— a j-. DETECTOR SYMBOIL 1 NOTE - Miry—I.t;—. in e; ..Mi.moY Oe ecuprw I � ,N�Erp�rcer. 11 IN I StAIL Of CAL,fMN1A UEPAR 1RINSPLRT ATIM .._-- PAVEMENT MARKINGS SYMBOLS AND NUMERALS .,1.5 f12 A•16.5 I" A•19.5 f}2 NO SCALE NUMERALS- -- A 24C A NET 3NING CURB IF :�sa.V HE]AININC CURBRYA NECESSARY AT EDGE IF NECESSARY i OF SIDEWALE_. III I- Wa , px EDGE OF SIDEWALK 0 ,. o — SMAIALF x �YTp� T x o[aFD un.[w lnw ds�"`y SEE NDr11 SEE0 AND II IgTE i % f / 2% c Yew' SIR.ReL[ FLUDE D SIMYALC a Or MO i0+e20` a FROM EIX£6 N G33% EJ]t marmrvex w.aamervn ". SID..Lk\ _ SEE ryl$ YD o RusEB TRuuuTEn ool� en „r 1 SEEE , NOTES:Aixnd CLflB IT%IN FRCNi '-FgCxi Epfl I, 4.hk cdEhlav alefa+a.Cove A In—n Cw.G Cure rope nwY d M E 1' - A— EME W OF SIDENALc C SEE NOTES 11 uae0 fw srr IMfallatl&v al mllar 1.9+Mee Iwn InI D'lail SIDEIALI /•.t(C !• dfall S.I aaN a o.ra ra p.U..a In dfau i m ro — In A ,5lpe✓Vy M rM name,Co—A trragn CDN 0 Cure r nDa glen mey ee uNo o+ L _ IE Olock IacaHM4 ap alro mnpl IT..olcio+e. SEE W]ES AixCURB 2. If alslarca from curs To bx,,OF allleealk to 1.A."ro u .!clove �.l�V� pID ANO 11 six z�� ��— L ttHA Its .lar'm°Y D.`"eeor..:e TIC, 0IwllrY.poaDi DM.n IB ca.e A. CASE A CASE R SCE ,FRWr EDGE m0a M vlDena CA In Core D. n F NOTE i M $ IM.4F ISIOIE l i �xI tOx Ipz ). Ren rasp ie oca+e0 In Cen+Or eI rU....—,crwe.alk A �AVA's Cwlfi garalion Irlvel ae eimtltt I.}MI elwn iw dr011 B. i01 2% +a LCISITES 6" fDCFFRON1M A• ApCaMi+Ionp ITCIo+e iM rp+tint, eld W+d flare0 N Sin NOTE r�a� - � SIOE11ALx 1 SIDEYALN erpe o. IM Ceee G aAp e M 1e0 InSEE NOTES r - SEE YD1, 5. 1f IDC.I.G en D wve +M 1.. of +M ra p roea m+d pNallDl. SEE I Ip AXO NOiE] O WiE ]- IO%Ym1NC0+h of +In temp eblAGRAFRONT Ar CWp r 0 6. SIOe eocp I ompr11're arx unllw'mlp iron o Ilrum I t0i a+ EDGE a IO•x Yaa a rp f nlarm +n IDIIpi1U0rMl.ia.ealx.Itge aelaMnN ro +av eI �'.. SIMPALx Al CURB ` tM rorpr ezCepf In C. C .Cme F. p -0''In -"I�SEE N]lE5 GET IN !-0"41 -SFE 1glEi 10 j n� 1- iM euro rD p ebll d Wlliroa m e�qT .Ifn a 1'-O'.lae -FRONT p AIA1 1 CMB- YO 11 D r cif �/•9—o' applo.imalply )-an cwaNr.Sw vLAxil EDGE OF R graev In0.fall. 0 10%lbN 1Cx Yve IRE, FIDCAILF C,65F r� r •i_C AT CUgg - --RETAINING OAO[iY--Y B. T-1+1. Item ro"I"aM Iobl,,to.,l pu+Nre o elrw+e 9 - CLPB BO1N see MIe A pMll N IIWn rF4 lrw ei DNup+ nOnw.. .� 2 —.L.) 1 p SEE NOTES 10 CEO)C` �4VT1Efl - 9. Ya.lmm A:7 0f e])eintrq qul lerer+M rattl eurfwe iAmeOial.lY n, {LAII+f TM M RYP I'-0"Yin pylpGer,+ f Gre rmlp Dr 2CINIOIe rW+e ebll nD1 ekcpM 1— --M -1 ;Yp SEE IN)iE 9 n RCWDFO- �1 9 grcent vi+nln e'-0"aI fM fep ona eer+an of fM arE runp. 9 xx+nk% .l ID,ore rmpe ebll rove a.fAClpple.arntre wrfaae Ibl •I.T.. r CASE D CASE e.nx No. M n,ll.Ia+n Dlra s'-r aDln w +M rv<.p. .arnlrlp y SECTION A-A S[RYOan b s All PIIOVIM 2'-0' cWmrm +a+M.Im1R pn +tee peon ane fM 1RIERE A FLARE STRAIGHT CLI10 D SIDE OCCURS repsi.m. i M 5peclol Pravieiane- Z� -�, ± tt.lne e00e aI.rc ._Iacfopl..arnilp aurtaca nNnef+M e+net �GUIIER RETAIxINO MB Ara 11 GO Oe1Mpn 6 ON 0.rran IM 9n++er fI.I M. D' \lCel.11£ IF IE[ESSYnn 12.SiEwaIA ena romp Inic....-i',elpll d W."minlinnn W iM M MW, _ -M;n mill N Ar ECR� RDUN0=0 --- 13.U+i 1IIY WII Aake¢.ApnlVl.e.VWI+a OW Nil p+rtr UIII+Y fpp l llee s "-' m�+nin IM UwnONiee Df a carp rmp , b relxO+eE w , Ue+w+e Ora.DY I. r prlDr ro,er In r ]Unc+lar mlm. YRgpR e e.nx upN zx Na. �..,� avro ran,c +rUe+;On. f N tl ' SEE upiE 9 SECTION B-B 14.FOf retrofit colvinma,reAorpl ma re,l«eman+D cure�rm J i sIDENI% oepreve entire ¢idmlx oe repUirea 'Itl Ce o+ ne CDnfrac+ori ca+,_.umos o+MraAe en,,— `Yj prefer pinne. RETAINING I G]"LO z-15 /!® 0 0 Al MD 5 @i G1IIlEP �BSSAPY CEMTFR SV¢TxG�� '® ® Q A DPI: ' "I FLpAL11E rr j veEYALN ® 0 Q 1d pLq., 2N NO; .T RA1%Fp TRUNCATED D01E PATTERN (IN-LINE) RxERE A FRS A 1sio�E 9 �F -T� i�N FS APP�x1uAiELr y,'� DFTFGTABLE ANO. 10WARNING SURFACE nDE Dccpps PrronDE r-o•STRAIGHT Cuxe �•- xe«an to CROSYAALk IT FROVIMO _-LIUII M PAY____ j PgwOED ��-Min pg55PAtx IF PROVRIED DETAIL B IpiE 1 e STATE OF CALIFORNIA TYPICAL ONE-RAMP Z r GROOVING DETAIL MPARTYENT M 1RaNs TATTON DETAIL A CORNER INSTALLATION SEE CURB RAMP DETAILS TYPICAL TW MP O-RA ORN R INCTA ATION See w... 1 ova ) w.E °- RETROFIT DETAIL W SCALE SAN,Hale I Ekrann9 cure am eipeeplk A88A • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • �5'-J r'[IXiB RAW.SEE TOTE T .. sewn nmr[ rangy P.v _w. x SEE PARSING SIGN, AN ISA PARSING SON. � q SEE NOTE E AIRI I] -IFTI1NLN6[GARB ISA PNtNIN6 TION. TEE NOTE _ IF NECESSARY SEE N]TES x ANp 1J Yw A CURB RAW S ry q• q� III E.ALR/ SEE NarE I -. Llml -RETAINING NE INING CURB IF CESSARY 1 P Yin i SEE NOTE J Yq i0,2D11 UAGISI NCTEO ( e"YNITE LINE DIAGONALS �`}jl_12- - f NN1TE SIDEWALK LYa �' .T 9'-0-Ws CENTERS.ME NOTE B AREA - R.]]x s:� rnLLs SEE LIM DIAGOWLS AT I` �I1� K .rrcn POPE J ]'b'WN CENTERS. Y ~I YYG Wx - SEC IDTE 8 _ a� a��'imirre G1MB: jSEE/ �CMB be ['Xxllf e' �s'RN]TE LIIC SEE , �, �E ] NOTES: LIK eLUE NOTE ]. �/ X[ `BpRpERS I , --1' L. -N..WHITE LINE 1.ACCnaiply porklrq ap:rs µrvitq or�rlicular W110In9 alvu ton/ NOTE 9 LINE %LACERS IpcWeO m 1M Lwfys/occyaalple to o1 Irorel Iron mleee pink rN o an acceulpb eMraMy.In garkln9£p[IIINya IMi do ro/ a p�tlwlar 011 a w.acceetiMe Carltlrp MVN ON Ipcpsea ISA YARRIXG Y REGULAR NON-ACCESSIBLE YNITE L114 Ir elgrfesf watt I. r fv oI lr..I f0 an xcaµ MI. PARKING STALL AT REAR UNIT ` -SEE NOTE 9 pbslrlon enl..df 1M porsTog fwlllty. CF TTAL'r SEE 9'-0"All, \ DEi41L A ISA WAKING 2•Ure In every e19M peeeeeiplt IN1-vlreel parRirp e/ollt.Wf ro1 " S'-0' In FOR REPALAR ACCESSIBLE PARK IXa STALL /�y Ai REAR IIWTS loss Inn a.:Mall Ee::Tree Dy inn aces lob V,N t'-0" q-O"Yln 1.vIm Ac[f551BLE PARR INC SLLL� VIP/ OE STALL.SEE Inimum rlaln aM sMu ne 1yr�M ven¢eHtlple.Trill RT-!A Sign SEE NOTES x.11 ANO 12 V pETAIL A al I as monied bol r the R99B (CA)PIOGR P 0'Ito R99C ICA)slOn. SINGLE PARKING STALL ISA WAKING AT a 1XC J. 1n n PTxmq.wllzd cure M DYFper MC11,lrtd.d a1W N' REAR LIMITS Of STALL, '"®® located fo prevent a omnllwM df in Ans real O -CIPB RAW,SEE NOTE l SEE DETAIL A \ Y rlanne f Ke 1'Y::B.Partcll'oompe1. I all C CA,A•Nonel�..",,end IXrMPyrka0 J MILE ISA- y Care o1Nr twn t.Irn Gen. o p Q S..q•_, Irs''0"Yln PEIREX REPIIAR a I-Ar-I [ACCESSIBLE PARFIMG SIAIIS L SurPoee Ylopes o£ D e Iple off..... RDAinq afallt atoll pe Ipe SIDFYALR p I5,PA 1.If l '�-x vsx i0 LXE RIXT CF nlnlnun pwalelIt end:roll not y¢ead 3 prcant In eM dtractian. N ISA PARKING SIGH, 3 rP l SFE NOTE IS 11. ACCESSIBLE SEE NOTES x AID IJ` %+I11 nl PARKING STAG 5. i 1p A :toll pe ...Io de/:TRIM tine reµrIr d Mdr of 11 1 BORDER SEE NOTES x AID 4 so elpla pa"Ing efal is In txn Parkin Ito or goroW. 2'-0 Yin G.[mere Meaueo R99B[CAI.Sign R" ICAI or"'Rr-W we Inntplled. 0110 RUCTEO DIAGONAL DOUBLE PARKING STALLS .Iw r In. Ign PI'a,Pan I.."e.a CAI w O AMA___ REe- - o �—j/ 5 Le �_-t ///.b ,•-a•'oeo°e Tro,urr"wmi�ro sanwe. > 1 SuoE 1'OOIE J-' CK. \� 1. Cara I., ersN I Gary-, .n,M d.i aMr,an T.anaYd a N ` A-BLUE Plan AIII. LINE BODERs L Rlur Poll,,infe oas "s a Pofp , Ca ueya Iw mo king McuaIp111tY SEE -P Nn1TE ISA NARAING dim.'In ma) awe vM1lty sFrRirpe tin mt as F See I'd Plan AtaC vi IDIe. MIE 9-\ _ LI At DIIWWIs r AT 3'-0•Nml 9 1M rcrp XO PARRINUtt Mull pe PoIn1W in rlv/e lef}ere lee: CENTERS,SEE DETAIL A Ipm I'O'M1ign OM Itd to 1Mf H It vlslDle Ie/reffle NOTE a anfercemenf Mflc als.See S/anird Plan ASOB for Iil wRNIHL K�j.II �Kf�I delol a of fine NO PAREINi pwemeM morkirq. AT REAR UNIT �"�'' -+' 10 AnR1�ICA1 a Mull pe poNad n �ICUOue plea o• n > GAT slsLL.sle N/IM�11A4N IANB . si pftrain A,A parklrl. f,N, ittes IINa a/Mr mj�+f pEu ���_ —+ !NOMINATED ACMMU IO aM visible Iran t"n fall.Tla.Ise And I's uM fM Oddresa m 9-0' Min 9'-G'Yln .tpP Ilw teryd M,ICIP Ta)CA road.mmd dnd IN 1a epinne Q RANI NT 1lIL/TN raAnper M fM1f Ideal frafne ISA enforcement Nonay- > 5 O in BFIYFFH REGULAR NRNMNNA NAIANI N AccfsslaLE P1RKIxG STALls Lz E�N�F KpyA� INGAL AK'NN NAil1 IIIIA! '' Ir'MI vie'unr1ad01rq M'oCCea sea a el°eipii,�N fleepae..dfde�tb df e'g^OTE m TxE RIaxT a ucx � ,e� LL_WYYIWltlV .. 1/1 NL NI 1111 IlINRl1 �q qe VAN ACCEMlinSSIBLE PARKING STALL. 1KB aW0 Ito vtl,lcle as fM.1d a It Wine foreora Into IN Park)NO Abele. sEf xdrfs s AxD tx !AT N TNN 1 DOUBLE PARKING STALL -ONLY AT TN ONN'1 @!MI 1z. areWrem,a Na�q sar�ia wrfltnq px i ora.INd fro IOOOInq uM un mdi T 1 Mli pa e•a 'M mIC +m ,dM mall TABLE A Tom Nl1111 x m nn yaeAvrlg.r iae ei me NNM1Ic e . NR T, I. VAT R BARN Il do forrom Info Ito pwklnq puce. i0ist MANAGER OF WNIW NI ER OF DISABLED 9A fOWE� NwrT AO]fml } AI,., a Pork rq Only Sign slel be 5'qn R99[ (CAI w Sign R99 I[U PIRA.SPACES ACCESSIBLE PARKING SIOM R99 ICl1 Alb Nq33A1GG2xppgqqs, N N Dgglsry- !n Plary,e R898 ICA). OR STALLS SPACES OR STALL p 0o-a (MaM TMpvls NnpM) 1-25 1 UNIX c OOWo ;Afil,'N1 LEGEND 26-W 2 YNIX JSA =Infxnallagl Syngdl of Accessal1r, 51-7S 3 yyp SIGN R9% (CA) SIGN RION lCk) SIGN RT-RD T6-100 s See Nate 6 See Nate 10 Sea nets. P and 6 101-150 s vVVe TAKENSTAT a ckuMFpllRN EEPARTIEHI OF TRAPoRT,iION zm iw i °GOLF R9p I`"] ACCESSIBLE PARKING JO1JW B SIGN A.Its]rim PLANE RIKB(CA) ]me.1.6 OFF-STREET 5p11-10�l 2 PERCENT OF TOTAL OFF-STREET PARKING SIGNS x0 PLUS I iqi EACH 100 dl IPorking lot NO SCALE Ak0 WER Fq,CTlpl TIgREOC OVER Ip00 Sep Nate 6oro9al A9OA • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 66„ 15" PROJECT NAME: DEMUTH PARK 2" PARKING LOT REPAIRS 2" 1 •5" CITY PROJECT NO: 1 4- O1 2 It 15" CONTRACTOR : XXXXXXXXXXXXXXXXXXXXX 2" IF YOU SEE DUST COMMING 2" FROM THIS PROJECT CALL: 2" JOH N DOE XXX - XXX - XXXX 3'p00 IF YOU DO NOT GET A RESPONSE PLEASE CALL: 1 .5" 8: 00 AM - 6: 00 PM MONDAY TO THURSDAY: 1 .5" 760- 323- 8253 CITY OF PALM SPRINGS 1 .5" AFTER HOURS OR WEEKENDS PLEASE CALL: 1 .5" 760- 323- 8115 CITY OF PALM SPRINGS POLICE DEPT. 1 .5" OR CALL A. Q. M . D . AT 1 - 800- 288- 7664 1 .5" DUST CONTROL SIGN