HomeMy WebLinkAbout06396 - GOLDEN VALLEY CONSTRUCTION INC FRANCES STEVENS PARK BLDG COURTYARD/PARKING LOT RENO CP 13-01 DOC # 2014-0212114
06/10/2014 09:57A Fee:NC
Page 1 of 1
Recorded in Official Records
County of Riverside
Larry W. Ward
Assessor, County Clerk & Recorder
IIIIIII IIIIIII III IIIIII IIII IIIIIII IIIII III IIIII IIII IIII /�-
S I R I lJ PAGE SIZE DA MISC LONG RFD COPY
Recording Requested By And
When Recorded Return To: C
City of Palm Springs,Attn:City Clerk M A L 465 426 POOR NC#('MTY
CHG 4exAM
P.O.Box 2743,Palm Springs,CA 92263-2743 N ^11 L A T: UNI L1 I �Q 816
(SPACE ABOVE THIS LINE FOR RECORDING USE) 1.n
(EXEMPT FROM RECORDING FEE PER GOV.CODE§6103)
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.
2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all
Notices of Completion
3. The address of the City of Palm Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs,California(P.O.
Box 2743,Palm Springs,CA 92263-2743).
4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the
41'Day of June 2014 The name of the contractors(if named)for such work of improvement was:Golden Valley
Construction,2000 Executive Drive,Palm Springs Ca 92262.
5. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside, State of
California,is described as follows:City Project 13-01 Francis Stevens Park Building Courtyard and Parking Lot.
6. Nature of Interest: Fee Owner
7. The property address or location of said property is: Francis Stevens Park—538 North Palm Canyon Dr
8. City Purchase Order# 14-0389 t4&,3qO CAP► - So5'3�5"003�
CITY OF PALM SPRINGS:
REVIEWED BY: DATED:
�." Pp c Maintenance Supervisor
Kenneth Kershaw
BY: DATED:��'
�- Director-Facilities&M 1 tenance
Patrick Sweene
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.
City Clerk-James Thompson
Index No, 1013
CITY OFPALMSPRINGS
CONTRACT CHANGEORDER
To: Golden Valley Construction Date: January 13,2014
2000 Executive Drive Project No.: CP 13.01
Palm Springs,Ca 92262 Project•. Francis Stevens Park Building Courtyard
and Parking Lot
Change Order No.: One(1)
Contract Purchase No.:
Account Numbers:
Agreement No.:
NEW ITEMSSADDMONSIREDUCTIONS
A. Additional concrete removals,additional control wire and credit for tree down sizing $1,100.00
Total—Change Order Increase Amount $1,100.00
REASONS FOR CHANGES:
The orWnd malweegtoo the Project was$94LOW.00 and the agreementwith G2MM VaMM Construction for the twolect
Is$78 84.&M which will allow landscape and parichm lot improvements to the courtyard and adiseent parks ov lot of the Frauds
Stevens Park 1loilding increases and decreases in work are below the 25%threshold.
Demo of additional concrete not hxlleated on plans and addWonal concrete underground(additional) S750.00
Installation of additional valve control wires(additional) $I"
72"box trim shown on plans to 60"box heeamw of availability(Credit 6ft$300.00 ea.—6 trees) ($19W48)
Dowasbzd 36"box Carob Tree shown on plans to 24"box Evergreen Pear because of avaffl)ltty(Credit S200.001 (S200.00]
Total 51100AD
I
Note: THE CONTRACTOR HAS AGREED TO THESE CHANGES AND NO ADDITIONAL CHARGES WILL BE ADDED TO
THE CONTRACT.
SOURCE OF FUNDS
Funds are available in account no.540-5904-43099
Spmmary orcm Contract Time
Original Contract Amount: $78,845.00 Original Completion Dare: December 17,2013
This Change Order. $1,100.00 Days Added for this C.C.O. -0-
Previous Change Order(s):$0.00 $A- Previous Days Added: -0-
Revised Contract Amount.. $77,745.00 Revised Completion Date: -0-
b JANDV< FkGF "E1.tF'>,
i
I have received a copy of this Change ty
Order and the above AGREED PRICES ff "
Are acceptable to the contractor. Submitted by .r+i�• gam I I
Park ' cenance S rvw' r
h'
By Approved by Date
ContracIt.or: Valley Construction Daector of Ivlaintenan
H,M1¢ JI L And Facilities
Date i i Ames
City Clerk
Distribution:
Odginal Executed Conies Conformed-Fite Cop
Contractor (1) Engineering File (1)
City Clerk (1) Park Ivlainre* cP Supervisor (1)
Economic Development (1)
Finance (1)
APPROVED BY DEPARMENT HEAD
2
AGREEMENT --tt
THIS AGREEMENT made this day of tJ[ . in the
year 20A'�, 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 Golden Valley Construction. Inc.
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s) of the City's Contract Documents entitled:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
The Work is generally described as follows:
Landscape and parking lot improvements to the courtyard and adjacent parking lot
of the Frances Stevens Park Building, facing North Indian Canyon Drive, in the City
of Palm Springs, CA.
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 for each
calendar day that expires after the time specified in Article 2, herein.
QRIGINA-I_ L-0
A11v 0k : v EEMENT
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
CITY PROJECT NO. 13-01 AGREEMENT AND BONDS- PAGE 1
9/5113
ARTICLE 3 -- CONTRACT PRICE ($78,845.00)
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
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, Federal Labor Standards Provisions, Federal Rates of
Prevailing Wages, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-
collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this
Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond,
Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0
to 1 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 Caltrans Standard Specifications
and the Special Provisions will have the meanings indicated in said Standard
Specifications and Special Provisions. No assignment by a party hereto of any rights
under or interests in the Contract Documents will be binding on another party hereto
without the written consent of the party sought to be bound; and specifically, but without
limitation, monies that may become due and monies that are due may not be assigned
without such consent (except to the extent that the effect of this restriction may be limited
by law), and unless specifically stated to the contrary in any written consent to an
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
CITY PROJECT NO. 13-01 AGREEMENT AND BONDS- PAGE 2
9/5/13
assignment, no assignment will release or discharge the assignor from any duty or
responsibility under the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
ATTEST: CITY OF PALM SPRINGS,
CALIFORNIA APPROVED BY THE CITY COUNCIL:
B Date
City Clerk � o�e i�zOt 3
APPROVED TO FORM: Agreement No.
BY ez��w
City Attorney
Date
CONTENTS APPROVED:
By jAL
gCity Engineer
Date 1 23 3
kJT[;OVM Ff CITY COUNCIL
By — �✓
City Ma
Date .fib
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
CITY PROJECT NO. 13-01 AGREEMENT AND BONDS - PAGE 3
9/5/13
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: 1oO�t'�P.nyiskt lansi•. Check one:_Individual_Partnership
dba : Go(den Valley Consi. 1corporation
Address: Zovo
a S CA• Z2 Z
BY B .
- I— -- V
/-� Signature (nota Signature(notarized)
Name: A66cl k;AejCS0 v Name: 1:16nnon kLwT6 e
Title: --Pee 5 i�(nT- Title: S�s�Z»fi �eeXc1 c+r 4
(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 d4os Uss County of [.SS
On Qn 52 f f-v>L le4 r 1 3 �D l 3
before me, r i e—l•DYI.n Qt—(>I_T1T ore me, CA-✓n 2J L. Da-it", ,/G"Pvb�G
personally appeared utkv E*X, ✓jarl personally appeared .S� /ham s
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the personM whose name(t) evidence to be the person(A) whose name(W)
is subscribed to the within instrument and &W� subscribed to the within instrument and
acknowledged to me that(&sheAhey executed acknowledged to me that RI hey executed
the same in -Whei:Aheir authorized capacity(* the same in �eir authorized capacity(Ii .),
and that by &heFAheir signaturesog) on the and that by hiaQlthelr signatures(o on the
instrument the person or the entity upon instrument the person(V), or the entity upon behalf
behalf of which the personW acted, executed the of which the person() acted, executed the
instrument. instrument.
I certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the
the laws of the State of California that the laws of the State of California that the foregoing
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:�r�r Notary Seal:
CARRIE L. DRANOW CARRIE L.DRANOW
Cammfsslon! 1959627 fTEEMEhq4h
O Mnittion! t959027
FRANCES STEV IL d'WIQi-POW ID f IRKING LOTtary R
CITY PROJECT La AeOMa County 6�, P
9/5l13 CtMMn.E Da 6.2016 . V V V 6 2®
Check a License - License Detail - Contractors State License Board Page 1 of 1
IADEPARTMENT OF CONSUMER AFFAIRS
. Contractors State License Board
Contractor's License Detail - License # 776249
. DISCLAIMER:A license status check provides Information taken from the CSLB license database.Before
retying on this information,you should be aware of the following limitations.
'>CSLB complaint disclosure is restricted by law(B&P 7124.61 If this entity is subject to public complaint disclosure,a link
for complaint disdceure will appear below.Click on the link or button to obtain complaint and/or legal action information.
- Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
-->Due to workload,there may be relevant information that has not yet been entered onto the Board's license database.
License Number 776249 Extract Date 7/3112013
GOLDEN VISTA CONSTRUCTION INC
doe GOLDEN VALLEY CONSTRUCTION
Business Information Business Phone Number.(661)940A914
44815 FIG AVENUE SUITE 117
LANCASTER,CA 9W34
Entity Corporation
Issue Date 03115/20M
Expire Data 03131/2014
ACTIVE
License Status
This license is current and active.All information below should be reviewed.
CLASS DESCRIPTION
Classifications
A GENERAL ENGINEERING CONTRACTOR
CONTRACTOR'S BOND
This license filed a Contractors Bond with
AMERICAN CONTRACTORS INDEMNITY COMPANY,
Bond Number:SC1026186
Bond Amount$12,500
Bonding Effective Date:03/02/2009
Contractor's Bond History
BOND OF QUALIFYING INDIVIDUAL
1. The Responsible Managing Officer(RMO)EMERSON MICHAEL EDWARD
certified that he/she owns 10 percent or more of the voting stock/equity of the
corporation.A bond of qualifying individual is not required.
Effective Date:03/15/2000
WORKERS'COMPENSATION
This license has workers compensation insurance with
AMERICAN GUARANTEE AND LIABILITY INSURANCE COMPANY
Worksm'Compensatlon Policy Number:WC966130501
Effective Date:1 0101/2 01 2
Expire Date:1 010 112 01 3
Workers'Compensation History
Conditions of Use I Privacy Policy
Copyright®2010 State of California
https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=77... 7/31/2013
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT 13-01
BID SUMMARY Bid Opening:July 30,2013
BID SCHEDULE ENG. GOLDEN VALLEY CONSTRUCTION EARTH SCULPTURES,INC.
BID ITEM ITEM DESCRIPTION QUANT.F UNIT Estim. UNIT PR. TOTAL UNIT PR. TOTAL
1 Initial Mobilization 1 LS $0.00 $0.00 $5,500.00 $5.500.00
2 Dust Control 1 LS $500.00 $500.00 $500.00 $500.00
3 Traffic Control 1 LS $500.00 $500.00 $400.00 $400.00
4 Demo/Grubbing 1 LS $1,000.00 $1,000-001 $2,600.00 $2,600.00
5 Asphalt/Concrete to be Removed 1 LS $2,500.00 $2,500.00 $1,200.00 $1,200.00
6 Irrigation System 1 LS $15,000.00 $15,000.00 $7,500.00 $7,500.00
7 Lighting and Electrical 1 LS $15,000.00 $15,000.00 $18,000.00 $18,000.00
8 New Curg,Curb&Gutter and 1 LS $6,540.00 $6,540.00 $7,400.00 $7,400.00
Asphalt Patching
9 Import Fill&Fine Grade 1 LS $2,000.00 $2,000.00 $2.900.00 $2,900.00
10 Pyms Kawakami!"Evergreen Pear" 6 FA $4,500.00 $27,000.001 $6.100.00 $36,600.00
11 Chanaerops H. 1 EA $175.00 $176.00 $250.00 $260.00
12 Shrubs-5 Gallon 99 EA $15.00 $1,485.00 $24.00 $2,376.00
13 Lown(Sod) 1 LS $3,546.00 $3,545.00 $3,000.00 $3.000.00
14 Root Barriers 1 LS $1,200.00 $1,200.00 $1,800.00 $1.800.00
15 Decomposed Granite 1 LS $600.00 $600.00 $1,800.00 $1.800.O0
16 90 Maintenance for lrcigation
planting&Ligh6g , 1 LS $0.00 $0.00 $1,700.00 $1,700.00
17 SupervisiontPermits 1 LS $1,200.00 $1,200.00 $4,000.00 $4,000.00
18 Ceratonia Slliqua"Carob Tree" 1 FA $600.00 $600.00 $750.00 $750.00
590,008.00 TOTAL= $78,845.00 TOTAL= $98,276.00
1 2
City of Palm Springs, CA
Pm mmant Contracting Division
Bid Abstract
BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount
PROJECT NO: CP 13-01
PROJECT NAME:
Frances Stevens Park Bldg.
Courtyard & Parking Lot
DUE DATE: 7/30/2013
Total of all Bid Schedule Items; 8�s�
Witnessed By:
Date:
PUBLIC WORKS CONTRACTS
BID RESULT CHECK LIST FOR CITY CLERK OFFICE:
AGR# AMOUNT
City Project No: 0-nI l /y / Mo# DATE
Dates Published: _ &-�dj dojj * /-(� ',R01S DIy IND APP NOTICE Y ON ❑
i, Bid Date & Time: 'TU Q 13
r
PROJECT: r &wLTi tied
r
SUCCESSFUL: 1. 6.
2. a�P 7.
K 3. 8.
4. 9.
5. 10.
INCOMPLETE SIDS:
(Non-respons)ve)
WHY:
CONTRACTOR BACKGROUND CHECK: Required? Y ❑ N El (ATTACH IF REO
Affidavit of Non-Collusion Signed & Notarized? Y N ❑
mom
Information required of bidder page completed? Y ❑ N ❑
Type & Amount of Insurance Required: .fee- &�r, /t/
(ATrAW AMOIMB APE 9'E )
Contractors License No. 6 y 9 Type(s) it Status
No. of days to complete work Qdr Working AAVI Calendar
Estimated Start Date:r; F�— Estimated Completion Date: 42 .
No. of days in which to execute contract after Notice of
Award (date City Clerk transmits contracts for execution):
Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?)
Any Addenda? Y ❑ N No. Addenda t
Signed by Contractor. Y ❑N ❑
BONDS:
PERFORMANCE
t6 e
BOND PA
YMENT AYMENT BOND O O
.. � % CORRECTION REPAIR BOND
r e)
BID BONDS: BLANK BID SPECS.
Successful Bid
der:
CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra Sets of bid
Unsuccessful Bidders: specifications for contract execution
CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑
Which Contractor(s): ❑ Provided Previously
DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 223f0A Y 6E N ❑
Labor Code 1777.5 tY+/�❑ N ❑
Labor Code 1�76— Y LJ N ❑
California Standard Specifications EDITION
Standard Specifications for Public Works Construction n9/�1- EDITION
DATE: 9^� ��� BY: rL
DEPT: L'/1�i /I1g3Z�"
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.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT COVER SHEET
CITY PROJECT NO. 13-01 BID FORMS-PAGE 1
6!'19N 3
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:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
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 bylaw. Bidder will enter into an Agreement within the time-and-in-the-manner
required in the Instructions to Bidders, and will furnish the insurance certificates, Payment
Bond, Performance Bond, and all Permits required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following
Addenda (receipt of which is hereby acknowledged):
Number 1 Date 12 4 . 2
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:
am aware of the provisions of Section 3700 of the Labor Code, which require
every employer to be insured against liability for worker's compensation, or to
undertake self-insurance in accordance with the provisions, before commencing
the performance of the Work of this Contract.
To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-
collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT BID IPROPOSAU
CrY PROJECT NO. 13-01 BID FORMS-PAGE 2
6/19/13
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: (golden V ai lev Gon s�rticAic+r)
By:
(Signature)
Title: General " annaer
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT BID(PROPOSALI
CITY PROJECT NO.13-01 BID FORMS-PAGE 3
6119/13
REVISED BID SCHEDULE
Schedule of Prices for the Construction of the:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
in Palm S rin s, California
Item Description Estimated Unit Unit Amount
No. 4uantity Price
i .
1. Initial Mobilization 1 LS $ {a— ✓
2. Dust Control 1 LS $ s o c. °'o
3. Traffic Control 1 LS $ 5 p o, CO �
4. Demo/Grubbing 1 LS $ I Coo. oc,
5. AsphaWConcrete to be Removed 1 LS $ 2 s Ge.
Irrigation System-Complete System
6. Use Existing Controller 1 LS $ 15 C C o. cc d
Lighting and Electrical-Complete_ __ -- - a o -- _-_
7 - - system with 12 Fixtures 1 t5 $ 5 G G
I
$ New Curb, Curb and Gutter and 1 LS $ c
O
Asphalt Patching (O 5 `�
9. Import Fill and Fine Grading 1 LS $ 2 G 00. GD
10. Pyrus kawakamii "Evergreen PearA 6 EA $`SC O coo
11. Chamaerops H. 1 EA $ I 1 s cc- $ 1 -1 S. 00
12. Shrubs—5 Gallon 99 EA $ )S. or $ t q g 5 00
13. Lawn(Sod) 1 LS $ 00 ✓
14. Root Barriers 1 LS $ 1200. cc v
15. Decomposed Granite 1 LS $ (o CC , °>
16. 90-Day Maintenance for Irrigation, 1 LS $
Planting and Lighting, Litter Removal
17. SuperAsion/Permits 1 LS $ 12 C c °L1 v
18. Ceratonia siliqua "Carob Tree" 1 EA $ (0OC °O $ (Dcc
TOTAL OF ALL.ITEMS OF THE BID SCHEDULE:
$ l8 € `f S . oo Cf
(Prke in figures)
Sev ert+v C i oh_+ �l�etitsar Ei h ! Nunav c� der+
(Price in words) JS� OC
Golcic" \/alley Co+ ,S rL) C-�►on
Name of Bidder or Firth
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UNIT PRICE BID SCHEDULE
CITY PROJECT NO.13-01 &D FORMS-PAGE 4
7/23113
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 fun credit in the amount shown in the Bid Schedule for
the deleted item of Work.
L- c)1Cien N1a11ec_onSAV- 0 10r)
Name of Bidder or F
I
i
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UNIT PRICE BID SCHEDULE
CITY PROJECT NO.13-01 BID FORMS-PAGE 5
7=13
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
S11 b Cor1 fr a C}or S
2.
3.
4.
5.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO.13.01 LIST OF SUBCONTRACTORS
W W13 BID FORMS-PAGE 6
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
City Project No.: 13-O 1 Bid Opening Date '1 - 3C • 2 C LB
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:
Imn vl i Spr���klev Svc{.Irt' ic,ci+1 rl n L��ht11,� �
�h .I . Boulder
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT LOCAL BUSINESS PREFERENCE PROGRAM
CITY PROJECT NO. 13-01 GOOD FAITH EFFORTS
6119113 BID FORMS-PAGE 7
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
l�o Sub on�r ��c� �r5
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT LOCAL BUSINESS PREFERENCE PROGRAM
CITY PROJECT NO.13-01 GOOD FAITH EFFORTS
6(19113 BID FORMS-PAGE 8
C. The items of work which the bidder made available to local fines, 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)
f�G s�bcox) Y- 'r�cy S
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 firs involved), and the price difference for each firm if the
selected fir is not a local fir:
Names, addresses and phone numbers of rejected local firs and the reasons for the
bidder's rejection of the local firs:
t�lo �� bc�r��rcTc �or ��
Names, addresses and phone numbers of firs selected for the work above:
KAC) "hC0 n+ , racyc)rs
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT LOCAL BUSINESS PREFERENCE PROGRAM
CITY PROJECT NO.13-01 GOOD FAITH EFFORTS
6119/13 BID FORMS-PAGE 9
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of Califomia )
ss.
County of R i v e r s i d e )
H c ri z _, being first duly swom, deposes and says that
he of she-IS C,ehcro..l Marv"ary rjcr Of mold r, \/h11c4 Consirl<r4i oh r
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 Golden �-/o_11ey Cnr�s� ru rat c n
By
k.c " ors 7-
Title n
Organization G of c,e r, \l n l 1 e v Co n S+r u c � i o rn
Address 2000 Exccy+% \ie Cyr .
holm S yIr, A R 22(D2
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO.13-W NON-COLLUSION AFFIDAVIT
6/19113 BID FORMS-PAGE 10
ALL-PURPOSE ACKNOWLEDGMENT
State of CA
County of vc u�s� N
On-/ 3a 3n 3 before me, J - P�7E✓� ri r ALIzj -A —
Date Name Title of Officer
personally appeared 2
NAME(S)OF SIGNER(S)
who proved,to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the
within instrument and acknowledged to me that hefsheRhey executed the same in histher/their authorized capacity(ies),
and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
Witness my hand and official seal.
J. POTERO JR
Sign Lure of Notary, Commlaslon 1607579 =
Notary Public-California =
Rivera life County '
mg Comm.Expires Ma 24.2014
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 A��w -Co (u pa ��r� a`7 Tc Lim -xec.�anD
MUST BE ATTACHED A� B/�Q 41LIt �f�4"sZ_" w il re"
TO THE DOCUMENT Number of Pages i DATE of DOCUMENT 7--tom-1-3
DESCRIBED AT RIGHT:
Signers)Other Than Named
Above fir"
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO.13-01 NON-COLLUSION AFFIDAVIT
6/19113 BID FORMS-PAGE 11
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. BIDDERICONTRACTOR'S Name and Street Address:
Golden Va11e � or� ctr + 1 ®r�
Z000 Ex c. cold v c fir.
P co rr S r�� CA. `12 2 G 2
2. CONTRACTOR'S Telephone Number. (-i r c ) 3 2 2 - 00 t 0
Facsimile Number. (-1(o c ) 3 2.2 - 0020
3. CONTRACTOR'S License: Primary Classification A-' G c n . P n i n e c y i n c�
State License Number(s) -1 co 2 A c)
Supplemental License Classifications 1_.�)
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety 1Jer+t-, Ameytcccn SQeci_o14 o. uce Cc.
Address 100 P ,n e St r e ck I -* 2 p 2 0G0/
So-,A 1-r QYlc1 SCC Ck 2- B(o 8
Surety Company ?`loy+h Axmcylcan Sner , a4�
Telephone Numbers: Agent(y 1 s) B 9 2 106 Surety( sy,)) 2-1 3 - 12 3 c�
5. Type of Finn (Individual, Partnership or Corporation): or por OJ i ar-
6. Corporation organized under the laws of the State of: C o-11 0 y n i a
7. List the names and addresses of the principal members of the firm or names and
titles of the principal officers of the corporation or firm:
M,chael Emcrsoo Prertden� C.EO
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
CITY PROJECT NO.13-01 - AGREEMENT AND BONDS-PAGE 1
&19l13
BIDDERS GENERAL INFORMATION (Continued)
8. Number of years experience as a contractor in this speck type of construction
work: 30 y c a r S
9. List at least three related projects completed to date:
a. Owner C"I of Coach el la Address Isis cc+h Si
Contact C,o.dco FiSher ClassofWork Lc —dscctpc De",o
Phone -irco . 3as-s-1H-1 Contract Amount
Project D e Or c P Y k Date Completed s 2 c 13
Contact Person Gorden Telephone number -1 Ico 398 5-1ti`1
b. Owners, P- s. Address 42S rJ. civ;C Drive
Contact P-,ck M i� Class of Work .L c -cl s c �e
Phone '1(-c • 3aa g283 ContractAmount s 350, 000. or
0(k0-1e Lee I - a • 2CC`�
Project "o14stcY� Date Completed
Contact Person tit; c k. Telephone number ',6 e - 3 2 3 13 2 8 3
C. Owner C.+ y Address too Civic Cen} er Ma�1
Contact E.% c \,.I e c k Class of Work
Phone �(oc 3g I. o I l Contract Amount 9 5co 2 y 2 q. o0
Project hI j o e A Po-r >L Date Completed J" 1,4 2 01
Contact Person U, i c Telephone number -i(o o. 3 g I- y o ti
10. List the name and title of the person who will supervise full-time the proposed work
for your firm: M k e 1-1 on z
11. Is full-time supervisor an employee contract services V ?
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.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
CITY PROJECT NO.13-01 AGREEMENT AND BONDS-PAGE 2
6119/13
r ,
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
T}mt Golden Vista Construction,Inc.dba Golden Valley Construction as Princoal,No
North American Specialty Insurance Company ea Surety,eta held
and flanly board fsdo the Clty of Palm Springs,irrmslrfaflsr called#0 wC t)r'in the situ
Ten Percent of Bid Amount(10%)"" bra
(rat less then 10 pergerft of itte total smofsd of the bid)
for the payment of witch AM wel and troy to be made, we bled cursolyels, our hairs, exeou6ors,
edmNlishator s.sricaesaas,and assigns.Jolnty and saverdy,fumy by these materds.
WHEREAS,said Principal has submitted a Bid to ask Cky to perform the work regWred under the Bid
Sdmedule(s)of the CIVs Canted Dpamvints enOW:
FRANCES 87EYENS PARK BUNJ MG COURTYARD AND PARMNG LOT
CITY PROJECT NO.1 -NOW THEREFORE,S sett Prk4 d is awarded a Canted by said City.and w MIn Vie time and kt the
mender mquked in the 'Notice Im thq Bide' and the 'Ir shic6ons to Bidders' erfters M a wrtitten
Agreenatrt an fhe Form of Agreement band with sold Contract Doasrtettts,Avrdshes the tegww
OettlRcates of Insurance,and fummhes the mWked lawfommalcs Bond and Payment Bond, therm this
oti6 elm shall be ntA and void, dherw(se it shall nernain in kA force and effgd. In the evert smelt is
brought upon this Bond by held City,and CIV prevaW,mid Sw*shall pay al costs incunad by said
City in such smelt,Induft a reasonable aborneys fee to be MW by the court.
SKMW AND SEALED,ft 9th day of July 2013,
PRINCIPAL:
pvxk '^YmavtAal_Jm'oill4. X arpaew)
(C>,porYwmeinghhwelV�ee;oneRem�atlalmMro atarimamaawldw.�dere.aatyVlol:hsldertAAfDe.
seaawY.Ar+� ,r Awulnfr ,Qo+x°0r.rnmoae.r)
Golden Vista structi ,Inc. olden alley Construction
SURETY:
I North American Specialty Insurance Company
PM Name and Title: ^�
icHa� �m eso 1r t By
�' elsm6retrarualap)
Print Name and Tide
Pik fJanmti end Tltfe: D'onria'C.Welsh,-AttbPney-ih-Fad( '
���1,4nnevl MµyQ���S_ rY}��a,.z'CrrY
RtlOJ MarB/M PARR fAULpuial COLAIYARD AND PWON0 LOT -
CnY PROJEC7 NDA"I BID eDW(810 BECURrTY FORM
M13 - 00 FORM-PAGE 12
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of MAR1N
On July 9, 2013 before me, Donna J. Frowd Notary Public,
personally appeared Donna L. welsh who proved to me
on the basis of satisfactory evidence to be the person(si) whose
name(* is/age subscribed to the within instrument and
acknowledged to me that lie/she/ *executed the same in
Ws/herftsek authorized capacity(ies), and that by hris/her/th*r
signature(a) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
(seal) Signature (-'1:
�_
r DONNAJ. FROWD
O COMM.N188B737 D
Q NOTARY FU®llGg4LIFORMAO
MARINOOIMlIy 0
Canxn Oclahy 70I7 J
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg,Illinois,each does hereby make,constitute and appoint:
MICHAEL B.McGOWAN,SUSAN 1.McGOWAN,DONNA L.WELSH,
DEBBIE L.WELSH and DONNA J.FROWD
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in•Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 91h of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
`<0<a1111111HNf
`AJ�G\AUyyrI�P'''' %
SEAL c Ey (�f1 pq<,<i"GpFPO •:41'Gy Stemn P.Anderson,Seiner Vitt Prertdenf of War\ingl..I...randontl I......ce Com SEAL J�'
1W] 4� &Sedor Vka President of Norio Ame an Speoelty lnAYOnm Company P•nY
ftl111111a1aNSC .r,.t � ,�___,___ t
Darla .Larmaq Vice Peavdentorwacainyron Intun,tionol Inmron<a Company M
A Vice Pnmdent ofaimth American Spe<ially Inmrance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this26th day of June 2012
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 26th day of Tune 2012 a before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known tome,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
liccitaina"Ou
=S��
llinois Donna D.Sklens,Notary Public
0 015
1, Jeffrey Goldbere the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of die Companies this 9 thday of July 20 13
Jeffx Goldberg Vice Proadenl&Amman,Secrew,or
Wssbin6lon Intemational Insumnw Company&North American Speciahy Innureace Company
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL coot=_s 1169
State of California 1
County of r ,� _ Il ^/
On r a0 f3 before me, __ OA/ t'he t /�p
Date Here Insert Name an l Title of the Officer
f
personally appeared tN Y-C J�1g�Y�
Namara)of Signers)
who proved to me on the basis of satiisfacto
evidence to be the person whose name(s) re
subscribed to the within i trument and acknowledged
to me he/shae executed the same in
hi&17er authorized capacity(ies), and that by
CARRIE L. DRANOW� hiskler ' signature(s) on the instrument the
Commission rr 1959827 L person(s), or the entity upon behalf of which the
No
Public -California a person(s)S acted, executed the instrument.
Z Los Anpelea County p ( )
Comm.Ea ins Dec 6.2015
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my/h ?d/and official seal. l
Signature: (, �f/Yf (/ L
Place Notary Seal Above Signal,,of Notary Pudic
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 Document
Title or Type of Document: B(—d r
Document Date: 7 .q- 1 3 Number of Pages:
Signers) Other Than Named Above: L.- 'tl
Capacity(ies) Claimed by Signer(s)
m
Signer's Nae: rVVt` s EmaAzidyj Signer's Name:
.8"Corporate Officer — Title(s): Er fj t� EI-Corporate Officer — Title(s):Q.Qdf' w
❑ Individual ❑Individual r
❑ Partner—❑Limited ❑General Top of thumb here ❑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
L
Iry -
®2010 National Notary Association•NationalNolary.org•14100-11S NOTARY(1-800-876-6827) Item N5907
i
•
CITY OF PALM SPRINGS, CALIFORNIA
PUBLIC WORKS & ENGINEERING DEPARTMENT
•
•
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
•
•
SPECIAL PROVISIONS
FOR CONSTRUCTION OF THE:
•
• Frances Stevens Park
• Building Courtyard and Parking Lot
•
•
CITY PROJECT NO. 13-01
•
IN THE CITY OF PALM SPRINGS
June 2013
•
•
•
• O� PALM S
A�
• F.
• U cn
•
PoaaiEo
CgtrFORN`P
•
•
•
David J. Barakian, P.E., City Engineer
•
• Bids Open:July 30,2013
• Dated: June19,2013
•
•
pplMsa City of Palm Springs
Department of Public Works and Engineering
6ijk 3200 E.Tahquicz Canyon Way • Palm Springs,CA 92262
: Tel:(760)323-8253 • Pax:(760)322-8360 • Web:www.palmspcingsca.gov
' O,q<YFORH�R
j .
ADDENDUM NO. 1
To all prospective bidders under Specifications for the Frances Stevens Park Building
Courtyard and Parking Lot, City Project No. 13-01, which are to be received by the City
of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E.
Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on July 30, 2013.
I. The following change shall be made in Special Provisions, Part I, Bidding and
Contractual Documents and Forms, Bid Forms:
The Bid Schedule dated 6/19113 shall be deleted and replaced with the attached
REVISED BID SCHEDULE dated 7123/13.
II. The following responses to questions received July 23, 2013, shall be documented:
Question: There is no line item for the new Carob Tree. Where should that cost be
included?--
Response: We will add line item 18 to the bid schedule. (see attached Revised Bid
Schedule).
Question: The plans call for common bermuda sod which is not available. What variety
sod should we bid?
i
Response: Tif Green Hybrid Bermuda sod is acceptable.
Question: Are any of the irrigation sleeves shown on the plans existing?
Response: New sleeves must be installed.
Question: What is the size of the new irrigation mainline?
Response: The mainline size should be 1-1/2" Sch. 40 PVC.
Question: Would we be allowed to bore under the parking lot for the installation of the
sleeves to the new planter?
Response: Due to the age of the project, length of sleeving run, and not knowing if any
utilities are under the asphalt, we would recommend trenching through the
asphalt vs. boring under it.
Question: Reference plan sheet L-5.00. Please provide connection point for lighting
fixtures in courtyard.
Response: The City will supply an electrical connection at the southwest corner of the
courtyard.
Post Office Box 2743 • Palm Springs, California 92263-2743
I
Frances Stevens Park Building Courtyard and Parking Lot
City Project No. 13-01
Addendum No. 1
July 24, 2013
Page 2
III. The Special Provisions as originally issued shall be used in submitting bids, and an
acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of
the Bid Forms_ Failure to provide such acknowledgment may render the bid as non-
responsive and subject to rejection.
Date: July 24, 2013 BY ORDER OF THE CITY OF PALM SPRINGS
By
David J. Barakian
Director of Public Works/City Engineer
Civil Engineer C 28931
i
I
REVISED BID SCHEDULE
Schedule of Prices for the Construction of the:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
in Palm Springs, California
Item Description Estimated Unit Unit Amount
No. Quantity Price
1, Initial Mobilization 1 LS $
2 Dust Control 1 LS $
3. Traffic Control 1 LS $
4. Demo/Grubbing 1 LS $
5. Asphalt/Concrete to be Removed 1 LS $
Irrigation System —Complete System
6' Use Existing Controller 1 L5 $
Lighting and Electrical— Complete
7. System with 12 Fixtures 1 LS $
New Curb, Curb and Gutter and
8. Asphalt Patching 1 L5 $
9. Import Fill and Fine Grading 1 LS
10. Pyrus kawakamii "Evergreen Pear" 6 EA $ $
11. Chamaerops H. 1 EA $ $
12. Shrubs—5 Gallon 99 EA $ $
13. Lawn (Sod) 1 LS $
14. Root Barriers 1 LS $
15. Decomposed Granite 1 LS $
18 90-Day Maintenance for Irrigation, 1 LS $
Planting and Lighting, Litter Removal
17. Supervision/Permits 1 LS $
18. Ceratonia siliqua "Carob Tree" 1 EA $ $
TOTAL OF ALL.ITEMS OF THE BID SCHEDULE:
$
(Price in figures)
(Price In words)
i
Name of Bidder or Firm
',. FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UNIT PRICE BID SCHEDULE
CITY PROJECT NO. 13-01 BID FORMS- PAGE 4
7/23113
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
I
i
i
i
I
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UNIT PRICE 511) SCHEDULE
CITY PROJECT NO.13-01 BID FORMS-PAGE 5
7/23/13
•
•
•
• CITY PROJECT NO. 13-01
•
•
• The Special Provisions
• contained herein have been
• prepared by, or under the direct
• supervision of, the following
• Registered Civil Engineer:
•
a5�vat Khamp t No.62019 V
• Assistant City Engineer/ E e5/,�
Assistant Director of Public Works
• Civil Engineer C 62019 ,p� V0- ,
ypF
• OF CAtk�'�
•
•
•
• Approved by:
•
•
•
•
• David J. Barakian, P.E.
City Engineer
• Civil Engineer C 28931
•
•
•
•
•
•
•
•
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
MTY P40JECT NO. 13-01 SIGNATURE PAGE
•
•
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 11— 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 9 - Measurement and Payment
• Section 10 - Construction Details
• PART III—APPENDICES
• APPENDIX "A"
Dust Control Sign
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT SPECIAL PROVISIONS
• CITY PROJECT NO.13-01
6119113 GENERAL CONTENTS-PAGE 1
CITY OF PALM SPRINGS
PUBLIC WORKS & ENGINEERING DEPARTMENT
PART I - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
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
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PART 1 CONTENTS
• CITY PROJECT NO.13-01 PAGE 1
• 6119/13
•
• CITY OF PALM SPRINGS
NOTICE INVITING BIDS
For constructing FRANCES STEVENS PARK BUILDING COURTYARD
• AND PARKING LOT
• City Project No. 13-01
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Frances Stevens Park
• Building Courtyard and Parking Lot will be received at the office of the Procurement and
• Contracting Manager of the City of Palm Springs, California, until 3 P.M. on July 30, 2013
at which time they will be opened and read aloud.
N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of
Landscape and parking lot improvements to the courtyard and adjacent parking lot of the
Frances Stevens Park Building, facing North Indian Canyon Drive, in the City of Palm
Springs, CA. The Engineer's estimate is $90,000.
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 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 C-27 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 PRE-BID WALK-THROUGH (NON-MANDATORY, ATTENDANCE
RECOMMENDED): Prospective bidders are strongly advised to attend the non-
mandatory pre-bid walk-through of the project site to acquaint potential bidders with the
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT NOTICE INVITING BIDS
CITY PROJECT NO. 13-01 PAGE 1
• 6/19113
•
project and existing site conditions that may affect the work. The meeting will be held on
Wednesday, July 17, 2013 at 9:00 AM local time. Please arrive at 538 N. Palm
Canyon Drive at the Frances Stevens Park Building Courtyard. Failure of a bidder to
attend the pre-bid walk-through shall constitute acceptance of all pre-existing site
• conditions and shall constitute a waiver of any and all future claims relating to said
conditions.
N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
• (a) Contract Documents may be inspected without charge at the office of the City
• Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262.
(b) Complete sets of said Contract Documents may be purchased at $15.00 per set by
. cash, check or credit card and are obtainable from the City of Palm Springs Engineering
Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will
be made of any charges for sets of Contract Documents. Make checks payable to "City of
Palm Springs".
(c) An additional mailing fee of$5.00 will be charged for sets of documents sent by mail.
Overnight, Federal Express, or other methods of delivery shall be the responsibility of the
• Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence.
• If you do not have either of these, please include the mailing fee in your check for Bid
Documents to cover the cost of shipping. If you have any questions, please call the
Engineering Secretary @ (760) 323-8253 x 8738 or by e-mail at
• kim.licon@palmsphngsca.gov.
(d) Obtaining Bid Documents and registration as a Bidder: If you are interested in
submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at
• kim.licon@palmspringsca.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 removed from the bound Bid Document 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.palmspringsca.gov/
Jindex.as x? a e=85.
• N-11 INTERPRETATIONS — All questions about the meaning or intent of the Bid
Documents or the Contract Documents are to be directed to the Assistant City Engineer
by fax to (760) 322-8325 or by e-mail to savat.khamphouepalmsprings-ca.gov.
• Interpretations or clarifications considered necessary by the Engineer in response to such
. questions will be resolved by the issuance of Addenda mailed or delivered to all parties
recorded by the Engineer or the City as having received the Contract Documents.
Questions must be received on or before 2:00 PM, July 23, 2013. Questions received
• after this date will not be accepted. Only questions that have been resolved by formal
• written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal or contractual effect.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT NOTICE INVITING BIDS
• CITY PROJECT NO. 13-01 PAGE 2
. 6119/13
•
a
•
•
N-12 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-13 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be
sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the
• Procurement 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
• the title of the Project and the date and hour of opening Bids. The certified or cashier's
check or Bid Bond shall be enclosed in the same envelope with the Bid.
• BY ORDER OF THE CITY OF PALM SPRINGS
Date all
David J. Barakian, PE
Director of Public Works/City Engineer
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT NOTICE INVITING BIDS
• CITY PROJECT NO. 13-01 PAGE 3
6/19113
•
CITY OF PALM SPRINGS
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice
Inviting Bids and not defined herein shall have the meanings assigned to them in the
• General and Special Provisions. The term "Bidder" shall mean one who submits a Bid
• directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term
"Engineer" shall be as defined in the Special Provisions.
• 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible
Bidder, consideration will be given not only to the financial standing of the Bidder, but also
to the general competency of the Bidder for the performance of the Work covered by the
Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience
. as of recent date on the form entitled "Bidder's General Information," bound herein.
Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work
will be accepted from a contractor who does not hold a valid contractor's license in the
State of California for the classifications named in the Notice Inviting Bids at the time of
• award.
3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm,
partnership, corporation, or association under the same or different names will not be
• considered. If the City believes that any Bidder is interested in more than one Bid for the
Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City
believes that collusion exists among the Bidders, all Bids will be rejected.
. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE —
a) It is the responsibility of each Bidder before submitting a Bid to examine the
Contract Documents thoroughly; visit the site to become familiar with local conditions that
may affect cost, progress, or performance of the Work; consider federal, state, and local
. laws and regulations that may affect cost, progress, or performance of the Work; study
and carefully correlate the Bidder's observations with the Contract Documents; and notify
the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents.
(b) Reference is made to the Special Provisions for identification of those reports
• of explorations and tests of subsurface conditions at the site which may have been
utilized by the Engineer in the preparation of the Contract Documents. However, such
reports are NOT a part of the Contract Documents. The interpretation of such technical
• data, including any interpolation or extrapolation thereof, together with non-technical data,
. interpretations, and opinions contained therein or the completeness thereof is the
responsibility of the Bidder.
(c) Copies of such reports and drawings will be made available for inspection by
the City to any Bidder upon request. Those reports and drawings are NOT part of the
Contract Documents, but any technical data contained therein upon which the Bidder is
entitled to rely is limited to that set forth in the Special Provisions.
(d) Subject to the provisions of Section 4215 of the California Government Code,
information and data reflected in the Contract Documents with respect to underground
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT INSTRUCTIONS TO
• CITY PROJECT NO. 13-01 BIDDERS-PAGE i
6/19113
•
•
w
utilities at or contiguous to the site is based upon information and data furnished to the
City and the Engineer by the owners of such underground utilities or others, and the City
does not assume responsibility for the accuracy or completeness thereof unless it is
• expressly provided otherwise in the Special Provisions.
(e) Provisions conceming 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
Savat.Khamphou@palmsphngsca.gov. Interpretations or clarifications considered
necessary by the Engineer in response to such questions will be resolved by the issuance
• of Addenda mailed or delivered to all parties recorded by the Engineer or the City as
having received the Contract Documents. Questions received less than 7 days prior to
the date of opening Bids may not be answered. Only questions that have been resolved
by formal written Addenda will be binding. Oral and other interpretations or clarifications
. will be without legal or contractual effect.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT INSTRUCTIONS TO
• CITY PROJECT NO.13-01 BIDDERS-PAGE 2
6119/13
r
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 govern. The envelope enclosing the
• sealed bids shall be plainly marked in the upper left-hand comer with the name and
address of the Bidder and shall bear the words "BID FOR," followed by the title of the
Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the
• address where the bids are to be delivered or mailed to, and the date and hour of opening
• of bids. The Bid Security shall be enclosed in the same envelope with the Bid.
9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place
stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid
. is received in proper time. Bids will not be accepted after the appointed time for opening
of bids, no matter what the reason.
. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in
• the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and
failure to do so will render the Bid as non-responsive and may cause its rejection.
• In the event that there are unit price Bid Items in a Bid Schedule and the "amount"
• indicated for a unit price Bid Item does not equal the product of the unit price and quantity
listed, the unit price shall govem 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.
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
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT INSTRUCTIONS TO
• CITY PROJECT NO. 13.01 BIDDERS-PAGE 3
• 6119/13
� I'I
I
amount set forth in the item total column for the item shall prevail and shall be divided
by the estimated quantity for the item and the price thus obtained shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is
exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc.
• from the entered total, the discrepancy will be resolved by using the entered unit price
or item total, whichever most closely approximates percentage-wise the unit price or
item total in the City of Palm Springs's Final Estimate of cost.
In the event that there is more than one Bid Item in a Bid Schedule and the total indicated
for the schedule does not agree with the sum of prices Bid on the individual items, the
prices bid on the individual items shall govern and the total for the schedule will be
. corrected accordingly, and the Contractor shall be bound by said correction, subject to the
• provisions of Section 5100 et seq. of the California Public Contract Code.
11. QUANTITIES OF WORK—
(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 these Special Provisions.
• 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a
. written request, signed by the Bidder or it's properly authorized representative. Such
written request must be delivered to the place stipulated in the Notice Inviting Bids prior to
the scheduled closing time for receipt of Bids.
• 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized
conditions, limitations, or provisos attached to the Bid will render it informal and may
cause its rejection as being non-responsive. The completed Bid forms shall be without
. interlineation, alterations, or erasures. Alternative Bids will not be considered unless
' expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids
or modifications will not be considered.
All 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as
. set forth in the Agreement and the provisions of the Special Provisions.
15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any
• application for a substitute or "or-equal" item by the Contractor and consideration by the
. Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions.
16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based
. primarily on the lowest overall cost to the City, and will be made to a responsive,
• responsible Bidder whose Bid complies with all the requirements prescribed. Unless
otherwise specified, any such award will be made within the period stated in the Notice
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT INSTRUCTIONS TO
• CITY PROJECT NO. 13-01 BIDDERS- PAGE 4
6/19113
0
•
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
j than one Bid Schedule, the City may award schedules individually or in combination. In
• the case of 2 or more Bid Schedules which are alternative to each other, only one of such
alternative schedules will be awarded.
i
. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall
. execute a written Agreement with the City on the form of agreement provided, shall
secure all insurance, and shall furnish all certificates and bonds required by the Contract
Documents within 15 calendar days after receipt of the Agreement forms from the City.
. Failure or refusal to enter into an Agreement as herein provided or to conform to any of
` the stipulated requirements in connection therewith shall be just cause for an annulment
of the award and forfeiture of the Bid Security. If the lowest responsive, responsible
bidder refuses or fails to execute the Agreement, the City may award the Contract to the
. second lowest responsive, responsible Bidder. If the second lowest responsive,
responsible Bidder refuses or fails to execute the Agreement, the City may award the
Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of
i such second or third lowest Bidder to execute the Agreement, each such bidder's Bid
Securities shall be likewise forfeited to the City.
18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware
that in accordance with laws of the State of California, the Bidder will, if awarded the
• Contract, be required to secure the payment of compensation to its employees and
• execute the Worker's Compensation Certification.
19. LOCAL BUSINESS PROMOTION — The contract for this project is subject to the
i 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
• any contractor proposing to use sub-contractors that fail to comply with the requirements
of this subsection.
- END OF INSTRUCTIONS TO BIDDERS-
•
i
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT INSTRUCTIONS TO
CITY PROJECT NO. 13-01 BIDDERS-PAGE 5
619113
•
•
•
•
•
•
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.
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT COVER SHEET
• CITY PROJECT NO.13-01 BID FORMS- PAGE 1
6/19/13
•
•
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:
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
• CITY PROJECT NO. 13-01
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 Califomia 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.
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
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT BID(PROPOSAL)
. CITY PROJECT NO. 13.01 BID FORMS-PAGE 2
6/19113
•
•
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:
I �
L
I �
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT BID (PROPOSAL)
CITY PROJECT NO.13-01 BID FORMS-PAGE 3
6/19113
s
BID SCHEDULE
Schedule of Prices for the Construction of the:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
• CITY PROJECT NO. 13-01
in Palm Springs, California
Item Description Estimated Unit Unit Amount
No. Quantity Price
1. Initial Mobilization 1 LS $
2. Dust Control 1 LS $
3. Traffic Control 1 LS $
• 4. Demo/Grubbing 1 LS $
5. Asphalt/Concrete to be Removed 1 LS $
Irrigation System —Complete System 1 LS $
. 6. Use Existing Controller
Lighting and Electrical — Complete 1 LS $
• 7. System with 12 Fixtures
New Curb, Curb and Gutter and 1 LS $
• 8.
Asphalt Patching
. g. Import Fill and Fine Grading 1 LS $
10. Pyrus kawakamii "Evergreen Pear' 6 EA $ $
11. Chamaerops H. 1 EA $ $
12. Shrubs— 5 Gallon 99 EA $ $
i 13. Lawn (Sod) 1 LS $
14. Root Barriers 1 LS $
w 15. Decomposed Granite 1 LS $
16 90-Day Maintenance for Irrigation, 1 LS $
Planting and Lighting, Litter Removal
TOTAL OF ALL ITEMS OF THE BID SCHEDULE:
(Price In figures)
(Price In words)
• Name of Bidder or Firm
. FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UNIT PRICE BID SCHEDULE
CITY PROJECT NO. 13.01 BID FORMS-PAGE 4
• 6/19/13
•
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
j
' FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UNIT PRICE BID SCHEDULE
. CITY PROJECT NO-13-01 BID FORMS- PAGE 5
6/19/13
•
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.
a 2.
3.
4.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
• CITY PROJECT NO.13-01 LIST OF SUBCONTRACTORS
6/19/13 BID FORMS-PAGE 6
•
A
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:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT LOCAL BUSINESS PREFERENCE PROGRAM
CITY PROJECT NO.13-01 GOOD FAITH EFFORTS
6/19/13 BID FORMS-PAGE 7
•
•
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
I �
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT LOCAL BUSINESS PREFERENCE PROGRAM
CITY PROJECT NO. 13-01 GOOD FAITH EFFORTS
6119/13 BID FORMS-PAGE 8
•
•
•
•
0
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 ($) 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:
r Names, addresses and phone numbers of firms selected for the work above:
0
. NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT LOCAL BUSINESS PREFERENCE PROGRAM
• CITY PROJECT NO. 13-01 GOOD FAITH EFFORTS
6/19113 BID FORMS-PAGE 9
•
•
•
i
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California }
ss.
County of )
• 1, being first duly sworn, deposes and says that
he or she is of
• the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf
. of, any undisclosed person, partnership, company, association, organization, or
• corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not
directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder
or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the
Bidder has not in any manner, directly or indirectly, sought by agreement, communication,
i 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
r
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01 NON-COLLUSION AFFIDAVIT
• 6/19113 BID FORMS - PAGE 10
•
ALL-PURPOSE ACKNOWLEDGMENT
State of
. County of
On before me,
Date Name,Title of Officer
personally appeared
• NAME(S)OF SIGNER(S)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the
within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s)on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
• correct-
Witness my hand and official seal.
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
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01 NON-COLLUSION AFFIDAVIT
. 6/19/13 BID FORMS-PAGE 11
•
•
r
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 City's Contract Documents entitled:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
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 2013.
PRINCIPAL:
(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
SURETY:
• Signature(NOTARIZED)
Print Name and Title:
By
By Signature(NOTARIZED)
• Signature(NOTARIZED) Print Name and Title
Print Name and Title:
. FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO, 13-01 BID BOND (BID SECURITY FORM)
• 6/19/13 BID FORMS- PAGE 12
•
•
• 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:
2. CONTRACTOR'S Telephone Number: ( )
Facsimile Number: ( )
3. CONTRACTOR'S License: Primary Classification
State License Numbers)
Supplemental License Classifications
S4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety
Address
Surety Company
Telephone Numbers: Agent( ) Surety( )
5. Type of Firm (Individual, Partnership or Corporation):
6. Corporation organized under the laws of the State of:
7. List the names and addresses of the principal members of the firm or names and
titles of the principal officers of the corporation or firm:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
CITY PROJECT NO. 13-01 AGREEMENT AND BONDS- PAGE 1
• 6/19113
•
•
BIDDER'S GENERAL INFORMATION (Continued)
8. Number of years experience as a contractor in this specific type of construction
work:
9. List at least three related projects completed to date:
a. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
S 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.
i
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
• CITY PROJECT NO. 13-01 AGREEMENT AND BONDS-PAGE 2
6/19113
•
! AGREEMENT
i
THIS AGREEMENT made this day of in the
year 20_1 by and between the City of Palm Springs, a charter city, organized and
• existing in the County of Riverside, under and by virtue of the laws of the State of
California, hereinafter designated as the City, and
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s)of the Citys Contract Documents entitled:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
The Work is generally described as follows:
. Landscape and parking lot improvements to the courtyard and adjacent parking lot
• of the Frances Stevens Park Building, facing North Indian Canyon Drive, in the City
of Palm Springs, CA.
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.
i` 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 specked
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 for each
calendar day that expires after the time specified in Article 2, herein.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
• CITY PROJECT NO.13-01 AGREEMENT AND BONDS- PAGE 3
6119(13
•
r
ARTICLE 3-- CONTRACT PRICE
S The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
and Bid Schedule(s).
ARTICLE 4--THE CONTRACT DOCUMENTS
• The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the Califomia
Department of Industrial Relations, Federal Labor Standards Provisions, Federal Rates of
Prevailing Wages, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-
collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this
Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond,
Standard Specifications, Special Provisions, the Drawings, Addenda numbers
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 Caltrans Standard Specifications
and the Special Provisions will have the meanings indicated in said Standard
• Specifications and Special Provisions. No assignment by a party hereto of any rights
under or interests in the Contract Documents will be binding on another party hereto
without the written consent of the party sought to be bound; and specifically, but without
limitation, monies that may become due and monies that are due may not be assigned
• without such consent (except to the extent that the effect of this restriction may be limited
• by law), and unless specifically stated to the contrary in any written consent to an
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
• CITY PROJECT NO. 13-01 AGREEMENT AND BONDS- PAGE 4
6/19/13
•
•
•
•
•
•
• assignment, no assignment will release or discharge the assignor from .any duty or
• responsibility under the Contract Documents.
• The City and the Contractor each binds itself, its partners, successors, assigns, and legal
• representatives, to the other party hereto, its partners, successors, assigns, and legal
• representatives, in respect of all covenants, agreements, and obligations contained in the
• Contract Documents.
• IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
• executed the day and year first above written.
•
• ATTEST: CITY OF PALM SPRINGS,
• CALIFORNIA APPROVED BY THE CITY COUNCIL:
•
• By Date
• City Clerk
• APPROVED AS TO FORM: Agreement No.
• By
• City Attorney
•
• Date
•
CONTENTS APPROVED:
•
• BY
• City Engineer
•
• Date
•
•
• BY
• City Manager
•
• Date
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
• CITY PROJECT NO.13.01 AGREEMENT AND BONDS-PAGE 5
6119/13
•
•
• 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 1 State of 1_
• County of 1 ss County of 1 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 hislher/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
• instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf
• behalf of which the person(s) acted, executed the of which the person(s) acted, executed the
• instrument. instrument.
1 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:
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT AGREEMENT FORM
• CITY PROJECT NO. 13-01 AGREEMENT AND BONDS-PAGE 4
6/19/13
•
•
WORKER'S COMPENSATION CERTIFICATE
• (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 worker's
compensation, or to undertake self-insurance in accordance with the
provisions of said Code, and I will comply with such provisions before
• commencing the performance of the Work of this Contract.
• Contractor
By
Title
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT WORKER'S COMPENSATION
CITY PROJECT NO. 13-01 CERTIFICATE
• 6/19113 AGREEMENT AND BONDS- PAGE 5
•
•
• PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
• That as Contractor,
• And as Surety,
are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in
• the County of Riverside, California, hereinafter called the"City,"in the sum of:
• dollars,
• for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
• presents.
WHEREAS said Contractor has been awarded and is about to enter into the annexed
• Agreement with said City to perform the Work as specified or indicated in the Contract
Documents entitled:
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
• 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 2013.
CONTRACTOR:
• (Corporafi rt require two signatures:one fmm each of the
• folbvAng groups: A Chairman of Board, President,or any
(Check one: _individual, partnership, vice President AND B. secretary, Assistant Secretary,
• _corporation) Treasurer,Assistant Treasurer,or Chlef Financial Officer).
• BY
. signature SURETY:
• (NOTARIZED)
• Print Name and Title:
• By
By
. Title
signature
• (NOTARIZED) (SEAL AND NOTARIAL ACKNOWLEDGMENT
OF SURETY)
• Print Name and Title:
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PERFORMANCE BOND
• CITY PROJECT NO, 13.01 AGREEMENT AND BONDS-PAGE 6
6119/13
•
•
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:
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO.13-01
• 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 attorney's fee as shall be
fixed by the Court. This Bond shall inure to the benefit of any and all persons named in
• Section 3181 of the Civil Code of the State of California so as to give a right of action to
them or their assigns in any suit brought upon this bond.
PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or
• changes in the time of completion, which may be made pursuant to the terms of said
Contract Documents, shall not in any way release said Contractor or said Surety thereunder,
nor shall any extensions of time granted under the provisions of said Contract Documents
• release either said Contractor or said Surety, and notice of said alterations or extensions of
the Agreement is hereby waived by said Surety.
SIGNED AND SEALED,this day of 2013,
. FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PAYMENT BOND
. CITY PROJECT NO. 13-01 AGREEMENT AND BONDS- PAGE 7
6119/13
•
•
CONTRACTOR:
• (Check one:_individual,_partnership, _corporation)
By
• Signature
• (NOTARIZED)
S Print Name and Title:
BY
• Signature
(NOTARIZED)
Print Name and Title:
• (Corporations require two signatures;one from each of the following groups:A. Chairman of Board,President,or
• any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial
Officer).
•
SURETY:
• By
•
• Tille
• (SEAL AND NOTARIAL ACKNOWLEDGMENT
• OF SURETY)
•
•
•
•
•
•
Ili • FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PAYMENT BOND
• CITY PROJECT NO. 13-01 AGREEMENT AND BONDS- PAGE 8
6119113
CERTIFICATE OF INSURANCE
THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT MATH THE INSURED
• NAME AND ADDRESS of INSURED INSURANCE COMPANIES AFFORDING COVERAGE
COMPANY A
• R
C
• D
• TYPE OF WORK PERFORMED AND LOCATION
LIMITS OF LIABILITY IN THOUSANDS(x1 000)
TYPE OF INSURANCE POLICY NUMBER
EACH
• OCCURRENCE AGGREGATE
• COMPREHElhl E GENERAL
LIABILITY
• Including:
❑I E%ROSIONANOCOUIPSE BODILY INJURY $ $
. 1 UNDERGROUND DAMAGE PROPERTYDMWGE $ $
• ❑ PRODuvsxo PtEfEp OPEPAPDYS or
❑ COWRACTUM-NISURUNNCE
li • ❑ BROADFORMPROPERTVWMORE BODLYINJJRYAND
• I� PROPERTY
t_I IHOEPENOEM LONTRACTORB DAMAGE COMBINED $ $
• ❑ PEASONA-INJURY
PERSD'JAL INJURY $
• COMPREHENSAE AUTOMOBILE BODILY INJURY
• LIABILITY EACH PERSON $
wud'ng: EACHACCIDENT
• ❑ OWNED PROPERTY OAMACB $
• ❑ HIRED or
❑ NONowteo
• n ANDBODFRON.axY
MJTOR LAPoIIER ACi PNOPROPEBIN
DAM1VIGE COMBINED $
• EXCESS LIABILITY BODILY INJURY
. Including in AND HOPE TY
:
ElEMPLOYERS LIABILITY DAMAGE COMBINED $
WORKER'S COWENSATION STATUTORY
• and
EMPLOYERS LIABILITY EL
Including'' $ AccIDEHTI
• ❑ LONG$HOREMEN's MID
. HABBOR woRxERs
OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS
• The undersigned clothes That he or she is the repnous five Of the,abo ame l insurance companies,That he or she has the sumonly to execute and issue this certificate
• to Certificate Hdtler,and accordingly.does hereby eMify on behalf of said insurance companies Tat pollees of insurance listed aecve have been issued to the insured
named above and are in force at Tis tune. NoMithstending any requirement.farm,or condition of any corNact cr other document wBh raspW to which this certificate maybe
issued or may pertain,the insurance afforded by the polices described harem is subject to at the terms.eicuslons,"conditions of such pokes. Copes of the policies
• shown vna be furnished to the Certificate Hotter upon request.
• This Certificate does not amend, unand.or alter the Coverage afforded by the policies listed.
Cancellation:Should any of Me above described policies be cancelled before the expiration data thereof,the issuing company roll mail 30 days tbm notice to the below-
• name]ceralicata holder:
• NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED
• Bwnu+nomraffx.....Es.w....¢mwresr.wnruwaawe
• .m�v
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CERTIFICATE OF INSURANCE
. CITY PROJECT NO.134)1 AGREEMENT AND BONDS—PAGE 9
6/19/13
•
•
•
•
•
•
•
•
•
•
CITY OF PALM SPRINGS
•
•
PUBLIC WORKS AND ENGINEERING DEPARTMENT
•
•
•
•
PART 11 -- SPECIAL PROVISIONS
•
• FRANCES STEVENS PARK BUILDING COURTYARD
• AND PARKING LOT
• CITY PROJECT NO. 13-01
•
• 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
•
•
•
•
•
•
•
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PART II -- SPECIAL PROVISIONS
CITY PROJECT NO. 13-01 GENERAL CONTENTS-PAGE 1
• 6/19113
•
0
CITY OF PALM SPRINGS
PUBLIC WORKS AND ENGINEERING DEPARTMENT
SPECIAL PROVISIONS
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
CITY PROJECT NO. 13-01
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.
In case of conflict between the Standard Specifications for Public Works Construction
• ("Greenbook") and these Special Provisions, the Special Provisions shall take
• precedence over, and be used in lieu of, such conflicting portions.
1-2 LEGAL ADDRESS
• 1-2.1 Legal Address of the City. - The official address of the City shall be City of
Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such
other address as the City may subsequently designate in written notice to the Contractor.
• 1-2.2 Legal Address of the Engineer. -The official address of the Engineer shall be
David J. Barakian, P.E., 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 City'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.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT TERMS, DEFINITIONS.
• CITY PROJECT NO. 13-01 ABBREVIATIONS, AND SYMBOLS
6/19113 SPECIAL PROVISIONS-SECTION 1 -PAGE 1
•
0
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 dads delay in completing the whole or any specked portion •
of the Work beyond the time allowed in the Special Provisions.
Standard Plans-The Standard Drawings and the Special Drawings of the City of Palm Springs.
Owner-The Owner shall be the Agency,as defined above. .
Working Day-A Working Day is defined as any day, except as follows:
(a) 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 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 •
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 -
r
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT TERMS, DEFINITIONS, •
CITY PROJECT NO. 13-01 ABBREVIATIONS, AND SYMBOLS •
6l19113 SPECIAL PROVISIONS-SECTION 1 -PAGE 2
•
•
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:
25 WORKING DAYS
from the date specified in the Notice to Proceed from the City.
In addition to the construction duration time of 25 working days, the Contractor shall be
bound by a maintenance period of 90 calendar days which is to begin upon final City
Engineer's acceptance, of planting, irrigation, lighting, concrete and asphalt installation.
As set forth in the Agreement, the Contractor shall pay to the City as liquidated
damages the sum set forth in the Agreement per day for each and every calendar day's
delay in finishing the Work in excess of the number of working days prescribed above.
. In addition, the Contractor shall pay to the City as liquidated damages the same sum as
above, for each and every calendar day the 90-day maintenance period must be
extended due to plants, irrigation facilities, or rockery landscape being or un-replaced.
2-1 CONTRACT BONDS
2-1.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION
Attention is directed to the provisions in Section 2-4 "Contract Bonds" of the Standard
. Specifications and these special provisions.
The following shall be added at the end of Section 2-4 of the Standard Specifications:
"The Contractor shall ensure that its Bonding Company is familiar with all of the
terms and conditions of the Contract Documents, and shall obtain a written
• acknowledgement by the Bonding Company that said Bonding Company thereby
waives the right of special notification of any changes or modifications of the
Contract, or of extensions of time, or of decreased or increased Work, or of
. cancellation of the Contract, or of any other act or acts by the City or any of its
• authorized representatives."
. FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT SCOPE AND CONTROL OF WORK
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-
6/19/13 SECTION 2-PAGE 1
•
•
2-1.2 EXECUTION OF BONDS
Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b)
one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties
and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's •
certificate evidencing that it is an admitted surety insurer shall be submitted with the •
bonds. If a personal surety is used, all requirements set out in Code of Civil
Procedure Section 995.510 shall be met to the satisfaction of the City Engineer.
2-2 PRECEDENCE OF CONTRACT DOCUMENTS •
The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read
as follows:
In resolving disputes resulting from conflicts, errors, or discrepancies in any of the
Contract Documents, the document highest in precedence shall control. The order of
precedence shall be as listed below:
1. Change Orders or Work Change Directives
2. Agreement •
3. Addenda •
4. Contractor's Bid (Bid Forms)
5. Special Provisions *'
6. Notice Inviting Bids •
7. Instructions to Bidders
8. Plans (Contract Drawings)
9. Standard Plans •
10. Standard Specifications
11. Reference Documents
With reference to the Drawings, the order of precedence shall be as follows:
1. Figures govern over scaled dimensions
2. Detail drawings govern over general drawings •
3. Addenda or Change Order drawings govern over
Contract Drawings
4. Contract Drawings govern over Standard Drawings •
5. Contract Drawings govern over Shop Drawings
2-3 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
•
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT SCOPE AND CONTROL OF WORK •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- •
6119/13 SECTION 2 -PAGE 2
•
•
. for such reliance on such"technical data,"the Contractor may not rely upon or make any claim
• against the City,the Engineer, nor any of the Engineer's Consultants with respect to any of the
following:
2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's
. purposes, including, but not limited to, any aspects of the means, methods, techniques,
• sequences, and procedures of construction to be employed by Contractor and safety
precautions and programs incident thereto, or
2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information
• contained in such reports or shown or indicated in such drawings,or
• 2-7.1.3. Interpretation.-Any interpretation by the Contractor of such "technical data,'or any
conclusion drawn from any "technical data" or any such data, interpretations, opinions or
information"
2-4 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.
2-5 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.
2-6 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.
2-7 SITE EXAMINATION
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT SCOPE AND CONTROL OF WORK
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-
6119113 SECTION 2-PAGE 3
•
I •
•
The Contractor shall have the sole responsibility of satisfying itself concerning the •
nature and location of the Work, and the general and local conditions, such as, but not .
limited to, all other matters which could in any way affect the Work or the costs thereof. .
The failure of the Contractor to acquaint itself with all available information regarding
any applicable existing or future conditions shall not relieve it from the responsibility for •
properly estimating either the difficulties, responsibilities, or costs of successfully •
performing the Work according to the Contract Documents.
2-8 FLOW AND ACCEPTANCE OF WATER
Storm, surface, nuisance, or other waters may be encountered at various times during
construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby
acknowledges that it has investigated the risk arising from such waters, and has .
prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all •
said risk.
2.9 SUBMITTALS
The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard
Specifications:
On lump sum items, the Contractor shall submit, for approval by the
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 -
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT SCOPE AND CONTROL OF WORK •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- .
6119113 SECTION 2 -PAGE 4
•
•
•
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 therefore:
S
• 3-2 PAYMENT
r 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
i 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 (lst tier only) 5 percent
. 6) lower tier subcontractors none
To the sum of the costs and markups provided for in this subsection, except for
• labor, one percent shall be added as compensation for bonding.
3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2 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 a 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 excess will be made as
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CHANGES IN WORK
• CITY PROJECT NO. 1"1 SPECIAL PROVISIONS -
6/19113 SECTION 3-PAGE 1
•
provided in Section 3-3.2 of the Standard Specifications, as amended in these •
Special Provisions. •
Such adjustment of the Contract Unit Price will be the difference between the
Contract Unit Price and the actual unit cost, which will be determined as •
hereinafter provided, of the total pay quantity of the item. If the costs applicable •
to such item of work include fixed costs, such fixed costs shall be deemed to
have been recovered by the Contractor by the payments made for 125 percent
of the Engineer's Estimate of the quantity for such item, and in computing the i
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 item of work will in no case •
exceed the payment which would be made for the performance of 75 percent of •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CHANGES IN WORK •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- •
6119113 SECTION 3-PAGE 2
•
the Engineer's Estimate of the quantity for such item at the original Contract Unit
• Price.
3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts,
should any contract item of the Work be eliminated in its entirety, in the absence
• of an executed contract Change Order covering such elimination, payment will
. be made to the Contractor for actual costs incurred in connection with such
eliminated contract item if incurred prior to the date of notification in writing by the
Engineer of such elimination.
If acceptable material is ordered by the Contractor for the eliminated item prior to
the date of notification of such elimination by the Engineer, and if orders for such
material cannot be canceled, it will be paid for at the actual cost to the
• Contractor. In such case, the material paid for shall become the property of the
City and the actual cost of any further handling will be paid for by the City. If the
r 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 -
r
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CHANGES IN WORK
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-
6119113 SECTION 3-PAGE 3
•
•
SECTION 4 -- CONTROL OF MATERIALS
4-1 TRADE NAMES OR EQUALS
4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard
. Specifications shall be amended to read as follows:
r Whenever any particular material, process, or equipment is indicated by a
t patent, proprietary, or brand name, or by the name of the manufacturer,
such product shall be followed by the words "or equal." A Contractor may
• offer any material, process, or equipment considered as equivalent to that
indicated, unless a sole source is specified. Failure of the Contractor to
submit requests for substitution promptly after bid opening shall be
deemed to signify that the Contractor intends to furnish one of the brands
. named in the Special Provisions, and the Contractor does hereby waive
all rights to offer or use substitute materials, products, or equipment for
that which was originally specified. Unless otherwise authorized by the
Engineer, the time for submission of data substantiating a request for
. substitution of an "or equal" item shall be not more than 20 days after bid
opening.
4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request
approval for "or equal' products, it shall submit data substantiating such request to the
Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall
include complete calculations, technical specifications, samples, or published
documents relating to the performance and physical characteristics of the proposed
substitute. The appearance of manufacturer and product names or trademarks, details
of materials or services, or product descriptions in either the Plans or the Specifications
• are for reference only and do not constitute an endorsement of same by the Engineer or
• the City.
4.2 MATERIALS
4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a
corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid
Schedule.
4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead
supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic
control facilities within 3 working days after the award of Contract by the City. The
Contractor shall furnish the Engineer with a statement from the vendor(s) that the
• order(s)for said supplies, materials, and equipment has been received and accepted by
• said vendor(s) within 15 working days from the date of said award of Contract.
` - END OF SECTION -
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONTROL OF MATERIALS
' CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-
6119113 SECTION 4-PAGE 1
•
• SECTION 5-- UTILITIES
5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES
(a) The following full text of Government Code Section 4215 shall replace the
. provisions of Section 5-5, subparagraph 4, of the Standard Specifications:
r "In any contract to which a public agency as defined in Section 4401 is a party,
the public agency shall assume the responsibility, between the parties to the
• contract, for the timely removal, relocation, or protection of existing main or
trunk-line utility facilities located on the site of any construction project that is a
subject of the contract, if such utilities are not identified by the public agency in
the plans and specifications made a part of the invitation for bids. The contract
• documents shall include provisions to compensate the contractor for the costs
of locating, repairing damage not due to the failure of the contractor to exercise
reasonable care, and removing or relocating such utility facilities not indicated
in the plans and specifications with reasonable accuracy, and for equipment on
the project necessarily idled during such work. The contract documents shall
include provisions that the contractor shall not be assessed liquidated
damages for delay in completion of the project, when such delay was caused
• by the failure of the public agency or the owner of the utility to provide for
. removal or relocation of such utility facilities.
Nothing herein shall be deemed to require the public agency to indicate the
presence of existing service laterals or appurtenances whenever the presence
. of such utilities on the site of the construction project can be inferred from the
presence of other visible facilities, such as buildings, meter and junction boxes,
on or adjacent to the site of the construction; provided, however, nothing herein
. shall relieve the public agency from identifying main or trunk-lines in the plans
. and specifications.
Nothing herein shall preclude the public agency from pursuing any appropriate
• remedy against the utility for delays which are the responsibility of the utility.
Nothing herein shall be construed to relieve the utility from any obligation as
required either by law or by contract to pay the cost of removal or relocation of
• existing utility facilities.
If the contractor while performing the contract discovers utility facilities not
identified by the public agency in the contract plans or specifications, he shall
. immediately notify the public agency and utility in writing.
The public utility, where they are the owner, shall have the sole discretion to
perform repairs or relocation work or permit the contractor to do such repairs or
• relocation work at a reasonable price."
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UTILITIES
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 5- PAGE 1
6119/13
•
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. Therefore, the Contractor shall notify Underground Service Alert at 1-800- '
227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any
potentially existing underground facilities in order to verify the location of all utilities prior
to the commencement of the Work. a
The Contractor shall be responsible for coordinating its work with all utility companies f
during the construction of the Work.
All water meters, water valves, fire hydrants, Southern California Edison vaults, Verizon
vaults, Southern California Gas Company valves, and other subsurface structures shall
be protected by the Contractor as specked in the Special Provisions.
- END OF SECTION - i
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT UTILITIES •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 6- PAGE 2 .
6119113
SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK
6-1 LIQUIDATED DAMAGES
6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the
Standard Specifications shall not apply, but shall be as stated in the Agreement.
6-2 TIMES OF OPERATION
6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit,
use, or cause to operate any of the following, other than between the hours of 7:00 a.m.
to 3:30 p.m., Monday through Thursday, with no work allowed on City-observed
• holidays, unless otherwise approved by the Engineer:
r 1. Powered Vehicles
2. Construction Equipment
. 3. Loading and Unloading Vehicles
• 4. Domestic Power Tools
6-2.2 Limitations. - No trench excavation or pipe laying shall be performed on
• Fridays, weekends, holidays, or the day preceding a holiday without prior approval of
• the Engineer.
6-3 NOTIFICATION
The Contractor shall notify the City and the owners of all utilities and substructures not
less than 2 working days prior to commencing the Work. The following list of names and
telephone numbers is intended for the convenience of the Contractor only and is not
• guaranteed to be complete or correct:
. CITY OF PALM SPRINGS
Mike Lytar, Senior Public Works Inspector (760)323-8253
Valerie Wagner,Streets Maintenance Supervisor (760)322-8364
. Rick Minjares, Parks Maintenance Supervisor (760)567-1034
Dave Barakian,City Engineer (760)323-8253
• VERIZON
Attention: Mr.Larry Moore (760)7783603
DESERT WATER AGENCY
• Attention: Ms. Debbie Randall (760)323-4971
SOUTHERN CALIFORNIA EDISON COMPANY
• Attention: Mr. Frank Jasso (760)202-4278
• SOUTHERN CALIFORNIA GAS COMPANY
Attention: Mr. Ken Kennedy (909)335-7716
• TIME-WARNER CABLE
Attention: Mr. Dale Scrivner (760)340-1312
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PROSECUTION, PROGRESS,
• CITY PROJECT NO. 13-01 AND ACCEPTANCE OF THE WORK
6119/13 SPECIAL PROVISIONS-SECTION 6-PAGE 1
SPRINT •
Attention: Mr. Lynn Durrett (909)873-8022 .
UNDERGROUND SERVICE ALERT (800)227-2600
6-4 EMERGENCY INFORMATION
The names, addresses, and telephone numbers of the Contractor, sub-contractors,
their owners, officers, and superintendents, shall be filed with the Engineer at the Pre
Construction Conference.
- END OF SECTION -
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT PROSECUTION, PROGRESS, •
CITY PROJECT NO. 13-01 AND ACCEPTANCE OF THE WORK •
W19/13 SPECIAL PROVISIONS-SECTION 6 -PAGE 2
•
SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR
7-1 General. -
7-1.1 General Requirements The requirements and conditions which the bidder must observe in
. the preparation of the proposal form and the submission of the bid are provided in these Special
• Provisions, in Notice Inviting Bids, Instructions to Bidders and Bid Documents.
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
r or she shall at all times observe and comply with all such existing and future laws,
. ordinances, regulations, orders, and decrees of bodies or tribunals having any or all
authority over the Work, and shall indemnify the City and all officers and employees
thereof connected with the Work, including, but not limited to, the City Engineer,
against any claim or liability arising from, or based on, the violation of any such law,
ordinance, regulation, order, or decree, whether by itself or its employees. If any
• discrepancy or inconsistency is discovered in the Plans, Drawings, Special
Provisions, or Contract for the Work in relation to any such law, ordinance, regulation,
order, or decree, the Contractor shall forthwith report the same to the Engineer in
• writing."
7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The Contractor shall
comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor
• Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25.00 for
• each worker employed in the execution of the contract by the Contractor or by any subcontractor
under him for each calendar day during which such worker is required or permitted to work more
than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker
receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any
one week at not less than one and one-half times the basic rate of pay.
7-3 Prevailing Wage 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,
i permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7- PAGE 1
• 6119113
•
•
the State of California, said moneys shall not thereafter be withheld on account of such Stop
Notice. •
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 r♦
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.
r
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
1.2 meters (4 feet) below the surface, shall be subject to the following conditions: the Contractor .
shall promptly, before the conditions are disturbed, notify the public entity in writing of such •
conditions.
(b) It has been determined that the OSHA soil classification in Palm Springs has designated to be •
Type C soil throughout the City. All protective measures shall be based upon that determination.
7-7 Resolution of Construction Claims. - As required under Section 20104, et seq., of the
California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time •
extension, payment of money, or damages arising from the work done by or on behalf of the
Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall
be processed in accordance with the provisions of said Section 20104, et seq., relating to informal
conferences, non-binding judicially-supervised mediation, and judicial arbitration. •
A single written claim shall be filed under this Article prior to the date of final payment for all
demands resulting out of the Contract. t'
Within 30 days of the receipt of the claim, the City may request additional documentation
supporting the claim, or relating to defenses or claims the City may have against the Contractor. If
the amount of the claim is less than $50,000, the Contractor shall respond to the request for
additional information within 15 days after receipt of the request. The Contractor shall respond to •
the request within 30 days of receipt, if the amount of the claim exceeds $50,000, but is less than
$375,000.
Unless further documentation is requested, the City shall respond to the claim within 45 days, if the `
amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than
$50,000, but less than $375,000. If further documentation is requested, the City shall respond
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7 - PAGE 2
6/19113
•
•
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.
r♦ If the meet and confer conference does not produce a satisfactory request, the Contractor may
• pursue the remedies authorized by law.
7-8 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:
• 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
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 3
. 6/19/13
•
•
• include coverage for owned, non-owned, leased and hired vehicles.
If an automobile is not used in connection with the services provided by the contractor,
vendor or service provider, a written request to waive this requirement should be made to
the City's Risk Manager.
3. Workers' Compensation and Employer's Liability Insurances is required for any
contractor, vendor or service provider that has any employees at any time during the period
of this contract. Contractors with no employees must complete a Request for Waiver of
Workers' Compensation Insurance Requirement form available from the City's Risk .
Manager. At a minimum, this policy shall:
• provide statutory requirements of the State of California; and
• include $1,000,000 Employer's Liability. •
B. Minimum Limits of Insurance Coverage Required
$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 hon-admitted insurers in the
state of California.
2. Insurers must have a Best's rating of B++, Class VII, or higher (this rating includes those
insurers with a minimum policyholder's surplus of $50 Million to $100 Million). Exceptions to
the Best's rating may be considered when an insurance carrier meets all other standards •
and can satisfy surplus amounts equivalent to a B++, Class VII rating.
3. Certificate must include evidence of the amount of any deductible or self-insured retention •
under the policy. '
D. Verification of Insurance Coverage
All individuals, contractors, agencies, and organizations conducting business for the City shall
provide proof of insurance by submitting one of the following: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or(2) an acceptable Certificate of
Liability Insurance Coverage with an approved Additional Insured Endorsement with the •
following endorsements stated on the certificate: •
1. "The City of Palm Springs, its officials, employees and agents are named as an additional
insured" ("as it relates to a specific contract' or"for any and all work performed with the City"
may be included in this statement). •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7 -PAGE 4 •
6119113
•
•
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
a acceptable and must be crossed out. See Example B below.
The Workers' Compensation and Employer's Liability policies shall contain waiver of
subrogation clause in favor of City, its elected officials, officers, employees, agents and
volunteers. See Example C below.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policy.
All certificates and endorsements are to be received and approved by the City before work
commences. All certificates of insurance must be authorized by a person with authority to bind
coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to
obtain the required documents prior to the commencement of works hall not waiver the
• contractor's obligation to provide them.
E. Acceptable Aftematives to Insurance Industry Certificates of Insurance
li • The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a
. particular insurance company that has similar wording) as long as the form is accompanied by a
CG 20 37 10 01. In addition, the City will accept the following:
. . A copy of the full insurance policy which contains a thirty (30) days' cancellation notice
provision (ten (10) days for non-payment of premimium) and additional insured and/or loss-
payee status, when appropriate, for the City.
Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from
date of approval
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 5
• 6119/13
•
•
F. Endorsement Language for Insurance Certificates
Example A: i
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 i
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS' WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN RUT +
FAILURE TO A14A.11- SUCH NGTIGF! SHALL IMPOSE NO OBLIGATION 0
LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR •
REPRESE-AIITTATIVE Co .
'The brokeNagent can include a qualifier stating "10 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.
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 S
provides the $1 million limit and, upon request, will also provide auto insurance with the $1 •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 6
6119/13
•
•
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.2sl)arta.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.
H. Waiver of Modification of the Insurance Requirements
Any waiver or modification of the insurance requirements can only be made by the City's Risk
Manager or designee at City's discretion. If you do not believe that the insurance requirements
apply to you (e.g., you do not have employees and therefore 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.
i 7-9 PERMITS
7-9.1 National Pollution Discharge Elimination System (NPDES) Permit — The project is less
than one (1) acre, therefore, no NPDES Permit is required, however, Contractor shall guarantee
that the project 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.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 7
• 6/19/13
• Equipment refueling shall not occur within Municipal Separate Storm Water Sewer System.
stem.
• 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.
7-9.2 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. •
7-9.3 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.
7-9.4 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. f
7-10 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 7-14 of these Special Provisions.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7- PAGE 8 •
6/19/13
•
•
f
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.
7-11 DUST CONTROL
7-11.1 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 providing adequate
dust control 24 hours a day, everyday, through the duration of the project, in conformance
r with City requirements, Section 7-8 of the Standard Specifications, and to the satisfaction of the
• City Engineer,
7-11.2.1 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")
S 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.
0 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.-5:00 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
0 Department
0 Or call A.Q.M.D.: 1-800-288-7664
0 FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 9
• 6119/13
•
0
7
The sign planning, appearance, and layout shall substantially conform to the sketch included in
Part III-Appendix, 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 Item No.2 "Dust Control' of the Bid Schedule. The sign .
need only to be placed in the vicinity of the work.
7-11.2.2 Sign Maintenance. — Dust Control Sign shall be maintained in good condition by the i
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.
7-11.2.3 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 item #2 in the bid schedule,
and no additional compensation will be allowed therefore.
- END OF SECTION —
r
a
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 10
6119113
•
r
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
(BLANK)
END OF SECTION -
r
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS- SECTION 7-PAGE 11
. 6119/13
•
•
SECTION 9 - MEASUREMENT AND PAYMENT
9-1 GENERAL
9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further
• specified herein, shall include all compensation to be received by the Contractor for
furnishing all tools, equipment, supplies, and manufactured articles, and for all labor,
operations, and incidentals appurtenant to the items of work being described, as
necessary to complete the various items of work, all in accordance with the provisions
for Measurement and Payment in the Standard Specifications and these Special
i Provisions, and as shown on the Drawings, including all appurtenances thereto, and
including all costs of compliance with the regulations of public agencies having
• jurisdiction, including the Safety and Health Requirements of the California Division of
Industrial Safety and the Occupational Safety and Health Administration of the U.S.
Department of Labor(OSHA).
No separate payment will be made for any item that is not specifically set forth in the
Bid Sheet(s), and all costs therefore shall be included in the prices named in the Bid
Sheet(s) for the various appurtenant items of work.
• 9-1.2 Partial and Final Payments. - Acceptance of any progress payment
accompanying any estimate without written protest shall be an acknowledgement by the
Contractor that the number of accumulated contract days shown on the associated
statement of working days is correct. Progress payments made by the City to the
. Contractor after the completion date of the Contract shall not constitute a waiver of
• liquidated damages.
Subject to the provisions of Section 22300 of the Public Contract Code a 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.
a 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
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT MEASUREMENT AND PAYMENT
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS
6119113 SECTION 9- PAGE 1
•
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 •
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 Contractor's 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 Gilds 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 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
specked. 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 all of Contractor's plant and equipment required for the first
month's operations onto a site approved by the City. •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT MEASUREMENT AND PAYMENT •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS .
6/19113 SECTION 9-PAGE 2
•
•
2. Providing on-site sanitary facilities and potable water facilities.
3. Furnishing, installing, erecting, and maintaining all storage buildings or
sheds required for the temporary storage of any products, equipment,
or materials that have not yet been incorporated into the Work. All
• such storage facilities shall meet or exceed the material
manufacturer's published storage requirements and these Special
Provisions, including any ambient temperature and humidity controls, if
recommended by the material manufacturer, and for all security and
• safety on and about the site of the Work.
4. Arranging for, and erection of, the Contractor's construction and
• storage yard, to be coordinated with the City.
5. Obtaining and paying for all required bonds, insurance, and permits.
• 6. Posting all OSHA-required notices, and establishment of OSHA-
approved safety programs.
7. Submitting of the required Construction Schedule, as specified in the
. Section 6-1, "Construction Schedule and Commencement of Work"
` of the Standard Specifications.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements of Section 2-5.3, "Shop Drawings and Submittals" of the
Standard Specifications.
No payment for any of the listed Initial Mobilization Work items will be made until all of
the listed items have been completed to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the agreed, estimated value
of completing all of the mobilization items listed. Any such retention of money for failure
S 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 -
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT MEASUREMENT AND PAYMENT
• CITY PROJECT NO, 13-01 SPECIAL PROVISIONS
6/19113 SECTION 9-PAGE 3
•
•
SECTION 10 — CONSTRUCTION DETAILS
10-1 GENERAL
10-1.1 RECORD DRAWINGS
r The Contractor shall keep a complete set of record drawings at the job site. The
S Construction Plans shall be legibly marked showing each actual item of record
• construction including:
1. Measured depths of elements in relation to fixed datum points.
2. Measured horizontal and vertical locations of underground utilities and appurtenances
with reference to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed in construction
with reference to visible and accessible features of construction.
4. Field changes of dimensions, locations and/or materials with details as required to
clearly delineate the modifications.
5. Any details not in the original Construction Plans developed by the City throughout
construction necessary to clarify or modify the Construction Plans.
The Contractor shall maintain all record information daily and make this information
available to the Project Inspector upon request. The Contractor's progress payment will
not be approved unless project record drawings are current.
10-1.2 LOCATION AND PROGRESSION OF THE WORK
10-1.2.1 Location and Progression of Work-
10-1.2.2 General Location. — Frances Stevens Park Building courtyard and adjacent
parking lot, facing Indian Canyon Way.
10-1.2.3 Order of Work. - Order of work shall conform to the Standard Specifications
and these Special Provisions.
The order of work shall be to:
1. Review the site with the City Engineer.
2. Demolition and protection of elements to be left in place.
3. Sawcut parking lot and install irrigation sleeves.
' 4. Irrigation mainline and some laterals and electrical conduits.
5. Construction of new parking lot curb and cub/gutter.
6. Patch asphalt.
'.. : FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 1
• &19H3
• I
7. Tree installation and finish lateral irrigation lines. •
8. Shrubs. •
9. Irrigation fine tuning and light fixture installation.
10.Fine grading.
11.Decomposed granite.
(Note: Order of work may be altered by the City Engineer at any time.)
r
10-2 TRAFFIC CONTROL
i
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
directed by the City Engineer. As a minimum, all construction signing, lighting and
barricading shall be in accordance with State of California, Department of Transportation,
CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2012
EDITION, or subsequent editions in force at the time of construction. These signs and
barricades shall be indicated on and be an integral part of the Traffic Control Plan.
10-2.4 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 1111
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 S
placing of barricades, if necessary, for posting of signs will be provided. All signs shall be
removed within 24 hours after the effective date.
10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the 40
property owners or occupants of affected properties with a written notice 48 hours prior
to the beginning of construction. Said notice shall be prepared and submitted to the
Engineer for approval prior to notifying property owners or occupants of affected
properties. •
10-2.6 Traffic Disruptions. — For all road closures, road detours, lane closures, and all
night operations, the Contractor shall obtain written approval from the Engineer a
minimum of 2 working days prior to the commencement of the Work. All warning signs
shall be manufactured with high intensity faces and legends, and shall be placed at least r
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 2 •
6119113
•
•
•
7 calendar days prior to the commencement of construction. All work done on major and
• secondary thoroughfares shall utilize solar Dowered.flashing arrow boards, and all signs
shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt
normal traffic signal operation shall be coordinated with the Engineer a minimum of 2
working days prior to the commencement of the Work.
10-2.7 Traffic Signal Operations. - The Contractor shall not modify the Signal Timing.
r The Contractor shall notify the City 24 hours in advance of any lane closures or detector
loop removals so that the agency can modify the signal timing appropriately.
10-2.8 No Lane Closures Allowed. — Only a few parking spaces can be occupied by the
Contractor. The remainder of the parking lot should be kept open to the public for
parking.
10-2.9 Travel Lanes. - In public streets, during working hours, the Contractor shall
maintain not less than one lane of traffic open in each direction at all times. At night and
during non-working hours, the Contractor shall leave the work site in a safe condition and
• allow for the full use of two lanes of traffic.
Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses
that may be affected. This work shall be included in the Bid Item price for traffic control in
the Bid Schedule, and no additional compensation will be allowed therefore.
10-2.10 Detours. - The Contractor shall provide, install, and remove any detours for the
routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the
Special Provisions, or as directed by the Engineer. Payment for such work shall be
included in the Bid Item price for traffic control in the Bid Schedule, and no additional
compensation will be allowed therefore.
• 10-2.11 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-Dowered 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.
10-2.12 Parking and Access. - Access shall be maintained to all driveways within the
construction zone, unless other prior arrangements have been made with the Engineer
and the affected properly owner.
• 10-2.13 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.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO. 13.01 SPECIAL PROVISIONS-SECTION 10-PAGE 3
• 6119(13
•
10-2.14 Public Safety During Non-Working Hours. — Not-withstanding the.Contractol'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.
10-2.15 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', •
Bid Item No. 3 of the Bid Schedule and no additional compensation shall be allowed
therefore.
10-3 EARTHWORK
10-3.1 CLEARING AND GRUBBING.
All clearing and grubbing, including all items indicated as being removed on the
construction documents, shall conform to Sections 300-1.1, 300-1.2, 300-1.3, and 300-
1.4 of the Standard Specifications.
Clearing and grubbing shall consist of removing all existing objectionable materials,
including but not limited to all items indicated on the construction documents as being
removed, such as plant material, irrigation heads and lateral lines, lights, and concrete 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, trees, hedges, signs, water valves„ 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 S
the Contract Documents.
The Contractor shall be responsible for any and all damage done to existing property and
adjacent properties during all construction work under this contract, and the Contractor, at
its expense, shall make any repairs that result from its operations, to the approval of the .
Engineer and the subject property owner. .
Damaged or removed bikeway or traffic striping shall be replaced by the Contractor with
permanent striping within 24 hours of damage or removal, or replaced with temporary
striping at the discretion of the Engineer. .
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 4
6119113
•
•
•
10-3.1.2 Trees Within Project Limits
10-3.1.2.1 General. - The Contractor shall exercise all necessary precautions so as not
to damage or destroy any trees designated as remaining in place, including those lying
. within project limits, street rights-of-way, and shall not trim or remove any trees unless
. such trees have been approved for trimming or removal by the City, or other jurisdictional
agency. All existing trees to remain which are damaged during construction shall be
trimmed or replaced by the Contractor or a certified tree company under permit from the
City or other jurisdictional agency and to the satisfaction of the City and/or agency. Tree
• trimming and replacement shall be accomplished in accordance with the following
paragraphs.
10-3.1.2.2 Trimming. - The natural shape and form of the tree shall be preserved and
enhanced; no stubs or splits or torn branches left; no topping or drop crouching; and
• clean cuts shall be made close to the trunk or large branches.
10.3.1.2.3 Replacement. - The Contractor shall immediately notify the property owner,
G the City, and/or other jurisdictional agency if any tree is damaged by the Contractor's
operations. If, in the opinion of the City or said other agency, the damage is such that
replacement is necessary, the Contractor shall replace the tree at its own expense. The
tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the
Contractor shall pay to the owner of said tree a compensatory payment acceptable to the
tree owner, subject to the approval of the property owner, the City, or other jurisdictional
agency. The size of the trees shall be not less than 1-inch diameter nor less than 6 feet in
height. Fines will be assessed against the Contractor for trees removed without the City's
• prior written approval. The minimum amount of fine or restitution to the City will be the
replacement of the tree removed, with one of equal or greater size and maturity and as
approved by the property owner and the City. Larger fines may be assessed against the
Contractor depending upon the circumstances and type of tree removed, especially in the
case of oak trees.
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, nor shall the Contractor enter upon the
rights-of-way involved until notified by the Engineer that the City has secured authority
therefore from the proper party. After authority has been obtained, the Contractor shall
• give said party due notice of its intention to begin work, and shall give said party
convenient access and every facility for removing, shoring, supporting, or otherwise
protecting such improvements and for replacing same.
• Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or
• other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm
drain lines, poles, and overhead power and communication wires and cables encountered
along the line of the Work shall remain continuously in service during all the operations
under the Contract, unless other arrangements satisfactory to the Engineer are made with
the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or
cable. The Contractor shall be responsible for and shall repair all damage due to its
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 5
• 6119/13
•
•
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.
10-3.1.3.1 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. - The cost of clearing and grubbing shall be paid for under the lump
sum Bid Item No. 4 of the Bid Schedule, and no additional compensation shall be made •
therefore.
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 shall not stockpile any removals on any adjacent lots, with or without the
property owner's approval.
10-3.2.2 Asphalt and Concrete Removal. — Remove asphalt and concrete at parking
lot, as depicted on the plans, in preparation for installation of new curb, curb and gutter
and patching of asphalt. Removal of asphalt and concrete shall be per Section 300-1.3.2
of the standard specs.
10.3.2.3 Payment for removals is included in the Lump Sum price of Bid Item No. 5.
10-3.3 Unclassified Excavation
10-3.3.1 Unclassified Excavation. - Unclassified excavation shall consist of any
removals, including P.C.C. and existing planter areas.
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 •
bedding, backfiil, topsoil, or other specified materials shall be used as
shown on the Plans, in the Special Provisions, or as directed by the
Engineer. Topsoil excavated may be considered only for the purpose of
backfilling areas to be planted." •
10-3.3.3 Payment. - Payment for unclassified excavation shall be made at the lump sum
price per Bid Item No. 4 of the Bid Schedule, and no additional compensation shall be
allowed therefore. •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 6 •
6/19/13
•
•
•
10-3.4 Unclassified Fill.
10-3.4.1 Unclassified Fill. - The Work shall conform to Section 300-4, "Unclassified File'
• of the Standard Specifications. However, the top 12 inches of subgrade and topsoil shall
• have a minimum relative compaction of 95 percent.
10-3.4.2 Payment. - All costs for unclassified fill shall be considered as included in the
• Contractor's lump sum under Bid Item No. 9 of the Bid Schedule, and no additional
• compensation shall be allowed therefore.
10-4 ASPHALT CONCRETE
• 10-4.1 Asphalt Concrete Pavement. Asphalt concrete pavement shall be laid in 2 lifts.
The first lift shall consist of 2 inches of B-AR4000 asphalt concrete pavement and the
second lift of 1 inch of D2-AR4000 asphalt concrete pavement. This mixture of asphalt
• concrete shall be placed on a prepared base. All asphalt concrete pavement construction
• shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications.
10-4.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at
the expense of the City to determine if aggregates at the plant fall within specifications.
• Correction to sieves may be necessary if proper percentages are not met.
10-4.3 Tack Coat. Tack coat shall be a SS-1 h emulsified asphalt and it shall be applied
to all clean, existing asphalt areas prior to overlaying with new asphalt concrete.
The cost of tack coat shall be included in the price for asphalt concrete overlay, and no
additional payment will be made therefore.
10-4.4 Overlay. An overlay of 1-1/2-inch thick asphalt concrete, Type D2-AR4000, shall
be applied at the parking lot locations shown on the plans. The overlay shall be placed
after grinding the existing pavement down by one inch.
10-4.5 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.
10-4.6 Adjustment of Manholes to Grade. Manholes shall be adjusted to grade where
they occur within the limit of work in accordance with City of Palm Springs Standard
Drawing 402.
Water valve cans shall be adjusted to grade where shown on the plans.
10-4.7 Measurement and Payment. Payment for Asphalt Concrete will be made at
the lump sum price under Bid Item No. 8 of the Bid Schedule.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 7
6119/13
•
•
•
•
•
•
10-5 CONCRETE WORK •
10-5.1 Material. Portland Cement Concrete of the class and type shown on City •
Standard Drawings shall be used to construct or repair curb and curb and gutter. 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. Concrete pavers •
shall be manufactured per ASTM C936, and shall be 80 millimeters thick, conforming to
the size and color blend on the plans. •
10-5.2 Curb. Construction of new curb, as needed to repair existing, missing or •
damaged curbing shall conform to the City of Palm Springs Curb Standard Drawing •
Number 200. Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for •
construction. Type A1-6 Curb shall be constructed to the dimensions as specified in the •
City's Standard Drawing but, application details and other specifications not explicitly •
shown or stated in the City's Standard Drawing, shall conform to Section 303-5 the
Standard Specifications. •
10-5.3 Curb and Gutter. Construction of new curb and gutter, as needed to replace •
missing or damaged curb and gutter, shall conform to the City of Palm Springs Curb and •
Gutter Standard Drawing Number 200. Portland Cement Concrete of type 560-C-3250 (6 •
Sack) shall be used for construction. Type A2-8 Curb and Gutter shall be constructed to •
the dimensions as specified in the City's Standard Drawing but, application details and
other specifications not explicitly shown or stated in the City's Standard Drawing, shall •
conform to Section 303-5 of the Standard Specifications. •
10-5.4 Curb Face Transition (6-Inch to 1-Inch). Curb face transitions shall be
constructed of Portland cement concrete where indicated on the Construction Plans.
•
10-5.5 Handicap Access Ramp. All existing access ramps shall be protected in place •
with ADA acceptable transitions to the new pavers. Any damage to access ramps shall •
be repaired by the contractor at no cost to the City.
•
10-5.6 Payment. - The cost incurred for concrete shall be included in the lump sum bid •
price under Bid Item No. 8 of the Bid Schedule and no additional compensation shall be •
made therefore.
•
10-6 ELECTRICAL •
10-6.1 Codes and Standards All work shall comply with National Electrical Code, latest •
edition, local utility company regulations, and City of Palm Springs codes and ordinances •
10-6.2 Submittals. The Contractor shall be responsible for providing 7 complete bound
copies of shop drawings including but not limited to light fixtures and switchgear.
•
10-6.2.1 Record Drawings. During progress of the work, the Contractor shall maintain •
an accurate record of the installation of all items. •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 8 •
6/19113
•
•
•
. 10-6.2.2 Manual. Upon completion of all electrical work, and as a condition of
• acceptance, the Contractor shall compile a Manual and deliver one copy each to the
Owner and the City Engineer. Include a copy of the Record Drawings in each copy of the
Manual.
10-6.3 Raceway and Fittings. Conduit installed in the floor slab or underground shall be
rigid galvanized. Conduit in direct contact with earth shall be coated with an asphaltum
paint approved by the Engineer. PVC Sch 40 may be used where acceptable by code. All
• slab penetrations shall be coated galvanized conduit.
10-6.4 Accuracy of Data. The data indicated on the Drawings and in these
Specifications are as exact as could be secured, but their absolute accuracy is not
guaranteed. Exact locations, distances, levels, and other conditions will be governed by
• the site. The Electrical Plans and these Specifications shall be used for guidance. Any
changes in location, alignment, or distances shall be approved by the Engineer.
Contractor is to be familiar with all existing conditions prior to submitting bid.
10-6.4.1 Measurements. Verify all measurements at the site. No extra compensation
will be made because of differences between locations shown on the Contract Drawings
and measurements at the site.
10-6.4.2 Circuiting. The branch circuits and arrangement of home runs have been
designed for maximum economy consistent with sizes for voltage drop and other
considerations. Circuit exactly as shown on the Drawings.
• 10-6.5 Installation. Where conduit is installed in concrete slabs, on the ground,
underground, or exposed to the weather, make all joints, liquid tight and gas tight. Bury
all underground conduit in a depth of 2'0" below finished grade unless otherwise shown
• on the Drawings.
10-6.6 Installation of Conductors. The number of wires in a conduit run is indicated on
the Drawings by cross lines on the conduit run. Where wire size is not shown, install
• number 12 conductors. Provide code-size conduit for number and size of wires shown or
• required, unless a larger conduit size is indicated on the Drawings. Wire and cable shall
be 98% 600V insulated NEC standard THHN. Use identified (white) neutrals and color-
coded phase wires for all branch circuit wiring. Make all splices electrically and
• mechanically secure with pressure-type connectors or soldering with approved wire
. splicing connectors.
Drawings are based upon the installation of copper conductors. The drawings indicate
• the general direction of home runs. Continue all such home runs to the panel as though
• the routes were completely indicated.
10-6.7 Testing. Upon completion of this portion of the Work, test all parts of the
• electrical system in the presence of the Engineer. Demonstrate that all equipment
furnished, installed, and/or connected under this Section of these Specifications functions
electrically in the required manner. All systems shall test free from short circuits and
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 9
6/19/13
•
•
r
grounds, shall be free from mechanical and electrical defects, and shall show an •
insulation resistance between phase conductors and.ground of not less than that required •
by the National Electrical Code. Test all circuits for proper neutral connections.
10-6.8 Payment. Payment for work required in this section shall be considered as
included in the lump sum under Bid item No. 7 in the Bid Schedule, and no additional .
compensation will be allowed therefore.
10-7 ON-SITE LIGHTING •
10-7.1 Installation. Contractor shall be responsible for installing all lighting, conduit
controllers and connections as depicted on the construction documents.
10-7.2 Payment. Payment for On-site lighting shall be made at the lump sum price bid
under Bid item No. 7 in the Bid Schedule.
10-8 LANDSCAPING
10-8.1 Landscaping Provision and Installation. - The Contractor shall provide and
install the landscaping within the area of the Work as shown on the Plans, as per these
Special Provisions, and to the satisfaction of the Engineer. Landscaping provision and
installation may include, but not be limited to, trees, shrubs, and decomposed granite. •
All costs for these items shall be considered as included in the lump sum Bid item price
for landscaping provision and installation in the Bid Schedule, and no additional
compensation will be made therefore. •
10-8.2 Existing Irrigation System Modification and Extension. The Contractor shall
remove all remaining existing irrigation risers and as much of the existing laterals and
mainline which may be left after the clearing and grubbing operation (Section 10-3.1) as •
needed to properly install the new irrigation, walls and planting. Except for the mainline
connection from the water meter to the median, the existing irrigation system will be
abandoned. Existing irrigation controllers shall be removed, and existing controller wire
shall be removed or abandoned. The cost for this work shall include all materials, labor •
and equipment needed to do the work. All costs for this operation shall be included in the
lump sum bid price for irrigation, Bid Item No. 6 of the Bid Schedule, and no additional
compensation will be given.
10-8.3 SITE GRADING AND ROCK INSTALLATION
10-8.3.1 Materials. Fill Material: Existing soil shall be used whenever possible, but shall
be free of debris, rubbish, organic matter, oil, weed rocks greater than 2" diameter and •
other foreign matter. Native Soil: Native soil to be material as listed in Fill Material.
Decomposed granite: to match existing.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 10 •
6/19/13
•
•
•
10-8.3.2 Preparation. Establish extent of grading, mounding, and excavation by area
• and elevation. Designate and identify the elevation and project engineering reference
points. Set required inspections, tests, approvals and location recordings. Contractor shall
not begin work at the site before obtaining required inspections, tests, approvals, and
location recordings. Contractor shall verify and remove any asphalt which may exist
. beneath all planting areas.
10-8.3.3 Perform grading within contract limits to new elevations, levels, and contours
indicated. Provide sub-grade surface parallel to finished surface grades.
10-8.3.4 The grades and elevations shown on Planting Plans are finished grades.
Contractor is responsible for all grading, mounding excavating, and placement of rockery
. to comply with contours and elevations shown on this plan.
10-8.3.5 Unless shown or noted otherwise on the plans, all finish grades are to be level
1 Yz" -2" below top of curb or adjacent hardscape.
10-8.3.6 All grading, mounding, and depression work shall be fully compacted. This shall
be achieved by wetting the soil in the work listed above. In constructing mounds, the
contractor shall wet down and fully compact each 12" level of the mound before
proceeding to the next level.
10-8.3.7 Owner shall be notified of any existing utilities, meters, equipment, etc., not
shown on the plans that would be located within a mounded depression area. Contractor
will then receive grading modification direction.
10-8.3.8 All grading, mounding and excavating shall be completed and approved by the
Owner prior to commencement of irrigation and planting installation.
10-8.3.9 Contractor to supply and apply pre-emergent weed control on all native soil and
• decomposed granite per manufacturer's specifications.
10-8.3.10 Rock installation. Install all rockery as depicted on the plans, to the size and
• specification stated. Installation of boulders shall be coordinated with installation of
irrigation and electrical lines, so as not to interfere with that work. Crushed rock and
decomposed granite shall be installed after all hardscape, irrigation, electrical, tree and
shrub planting is complete.
10-8.4 UNDERGROUND IRRIGATION SYSTEMS
10-8.4.1 General. The irrigation design is diagrammatic. All irrigation equipment, except
underground conduit that traverses the parking lot, shown within paved areas is for
design clarification's only and shall be installed in planted areas. Due to scale of
drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be
required. The Contractor shall carefully investigate the structural and finished conditions
• affecting all of this work and plan this work accordingly, furnishing such fittings, etc., as
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO. 13.01 SPECIAL PROVISIONS-SECTION 10-PAGE 11
• 6/19113
•
•
may be required to meet such conditions. The work shall be installed in such .a manner as •
to avoid conflicts trades or problems in planting trees, shrubs, groundcovers, and lawns. •
10-8.4.2 Related Work. The Contractor shall examine all Drawings and Specifications
pertinent to the proper completion of the work. The Contractor shall coordinate installation •
of the irrigation material, including pipe and wiring so that there shall be no interference •
with other utilities or other construction trades or problems in planting trees, shrubs,
groundcovers, and lawns.
10-8.4.3 Code Regulations. All work and materials shall be in full accordance with the
latest rules and regulations of the National Electric Code; the Uniform Plumbing Code,
published by the Western Plumbing Officials Association; and other applicable State or
local laws or regulations. Nothing in these Drawings or Specifications is to be construed to •
permit work not conforming to these codes. .
When the Specifications call for materials or construction of a better quality or larger size
than required by the above mentioned rules and regulations, the provision of the •
Specifications shall take precedence over the requirements of the said rules and
regulations. The Contractor shall furnish without extra charge any additional material and
labor when required by the compliance with these rules and regulations, though the work
may not be mentioned in these particular Specifications or shown on the Drawings. •
10-8.4.4 Layout Of Work.
10-8.4.4.1 The Contractor shall stake out the irrigation system as shown on the Drawings. •
These areas shall be checked by the Contractor and the Owner's Authorized
Representative before construction is started. Any changes, deletions or additions shall
be determined at this check. No walks or paved areas shall be sprinkled. The drawings
are schematic only unless specifically dimensioned. The Contractor shall check all •
drawings to make sure that this work conforms to all conditions shown thereon. Exact
locations shall be determined on the job to suit the actual conditions. All variations shall
be verified with the Owner's Authorized Representative. Locations, as determined, are the
Contractors responsibility and changes required because of such actions shall be by the •
Contractor at no extra cost to the Owner. .
10-8.4.4.2 Contractor shall connect irrigation system to water supply points of connection
as indicated on drawings.
10-8.4.4.3 Contractor shall connect electric valves to control wires supplied at locations
as indicated on drawings.
10-8.4.4.4 Contractor shall be responsible for minor changes caused by site conditions or
plant substitutions.
10-8.4.5 Products. All materials in the system shall be new. All material and equipment •
shall arrive at the site location in manufacturers original shipping container. .
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 12 •
6/19/13
•
•
10-8.4.5.1 Pressure Pipe shall comply with the following:
(a) PVC (2-1/2 inch and smaller to be solvent welded). Type 1, Grade 1,
Schedule 40, IPS, and ACTD 1785. Pipe shall be continuously marked with:
• Manufacturer's name, nominal size, PVC type, pressure rating, NSF seal,
• and date of extrusion.
(b) Seamless copper water tube, ACT B 8, Type "K", drawn temper.
• (c) Brass screwed pipe shall be red brass conforming to Federal Specification
#WW-P3351.
10-8.4.5.2 Non-Pressure Pipe (downstream from circuit valves) shall comply with the
• following:
(a) Rigid PVC: Type 1, Grade 1, Class 200, IPS, ASTM D 1784. Pipe shall be
• continuously marked with: Manufacturer's name, nominal pipe size, PVC
• type, SDR, NSF seal, and date of extrusion.
(b) Rigid PVC Under Paving (parking lots): Type 1, Grade 1, Schedule 40, IPS,
• ASTM D 1785.
(c) Poly Swing Pipe: As specified in Irrigation Detail Plans.
10-8.4.5.3 Fittings:
(a) PVC Solvent Weld Fittings: Injection molded, IPS deep socket style
Schedule 40, Type 2 PVC, SDTM D2466 with NSF seal of approval. Tee's
• and ell's are to be side gated.
(b) Rigid PVC Nipples: ASTM D 1785, Schedule 80, Type 1 molded threads.
(c) Poly spiral Barb Fittings: Linear low density polyethylene, black in color,
NPT male thread by 0.49 external spiral barb, pressure rating 80 PSI at
110 degrees F. (N.I.C.)
• (d) Copper: Wrought; solder-joint.
• Solder. ASTM B43, Allow Grade 50A (50%tin, 50% lead).
(e) Brass: ASTM B43 and ANSI B16.15 shall be red brass conforming to
• Federal Specification # WW-P460; Schedule 40 threaded nipple stock,
• tee's ell's and unions.
10-8.4.5.4 Fitting Compound, Solvents, and Wraps.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 13
• 6119/13
•
(a) Rigid PVC to PVC slip joints shall be solvent welded with pipe solvent: •
ASTM D 2564, NSF approved, used and applied in accordance with the •
manufacturer's specifications.
(b) Primer for PVC Pipe: As recommended by pipe fittings manufacturers. •
(c) PVC to metal joints shall be made with a PVC male adapter fitting or PVC
Schedule 80 threaded fittings. The PVC fitting shall be hand tightened, plus
one turn with strap wrench, Joint compound shall be Peratex Type II or •
Teflon tape. •
(d) Metal to Metal joints: Graphite and oil lubricant or Teflon paste on male
thread only. •
10-8.4.5.5 Conduit and Sleeves: For use under parking lot pavement, sleeves for
irrigation pipe and conduit for control wire shall be PVC: Type 2, Grade, Schedule 40.
10-8.4.5.6 Irrigation Controllers: As specified in Irrigation Detail Plans.
10-8.4.5.7 Electric Control Valves: As specified in Irrigation Detail Plans.
10-8.4.5.8 Electric Control Wire: Rainbird approved maxicom wire 600 Volt, Type LIF,
414-2 maxi wire (minimum size) with a 19-6-Pe39 MC cable. Contact manufacturer's
representative, Don Johnson, Hi Tech (619) 347-4116.
10-8.4.5.9 Valve Boxes: Shall be tan Carson #910 or#1419 series or equivalent with lid
marked "Irrigation Control Valve".
10-8.4.5.10 Irrigation Heads and Drip Emitters: Shall be as specified on Irrigation Detail •
Plans. •
10-8.4.5.11 Backflow Prevention Assembly: Shall be as specified on Irrigation Detail
Plans and shall be verified with Local Plumbing and Health Codes. In the event that the .
Backflow Preventor Assembly conflicts with the codes, the City Engineer and the Owner •
shall be notified prior to the Bid Opening Date.
10-8.4.5.12 Full Ported Ball Valve (3" and smaller): Shall be installed at all valve
groupings or manifolds and at the point of connection. .
10-8.4.5.13 End Flush Cap: Shall be installed at the end of all drip laterals as Shown in
Detail J of the Irrigation Detail Plans. •
10-8.4.6 Installation. The Contractor shall schedule and coordinate placement of
material and equipment in a manner to effect earlier completion of work in conformance
with the construction and progress schedule.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 14
6/19M 3
•
•
•
•
•
•
• 10-8.4.6.1 The contractor shall not willfully install the irrigation system as shown on the
• drawings, when it is obvious in the field that obstruction, grade differences, or difference
in the area dimension exist that might not have been considered in the engineering
• design phase. Such obstructions of differences must be brought to the attention of the
• Owner's Authorized Representative.
• 10-8.4.6.2 The irrigation system design is based on the minimum flow demand shown on
• the irrigation drawings at each point of connection. The contractor shall verify water
• pressure prior to construction and shall report any difference between the water pressure
• indicated on the drawings and the actual pressure reading at the point of connection to
• the Owner's Authorized Representative.
• 10-8.4.6.3 Any existing equipment, piping, pipe covering, sewers, sidewalks,
• landscaping, etc., should be located and protected prior to commencing work. Damage by
the Contractor during the course of his work shall be replaced or repaired by the
• Contractor in a manner satisfactory to the Owner Authorized Representative and at the
• Contractor's own expense, and before the final payment is made.
• 10-8.4.6.4 Disruption of Services: Permission to shut off any water lines must be
• obtained from the Construction Supervisor, who will make the necessary arrangements.
• Disruption to existing systems shall be kept to a minimum.
• 10-8.4.6.5 Verification of Finish Grade: The Contractor shall verify, with the Owner's
• Representative, the correctness for all rough grades within the work areas in order to
• insure the specified pipe depths of the system piping.
• 10-8.4.6.6 System Layout: The Contractor shall layout all heads, piping, and valves and
• make any minor adjustments required due to differences between actual site conditions
• and the drawings. Minor adjustments shall be maintained within the original design intent.
• The Contractor shall layout each system using a staking method, as approved by Owner's
representative, and maintain and protect the approved staking layout.
•
• 10-8.4.6.7 Excavating and Trenching: Excavating and trenching shall be open vertical
• construction ample in size to permit the piping to be laid at the elevation intended to
permit ample space for joining. Trenches for pipe shall be cut to required grade lines, and
• compacted to provide an accurate grade, without settlement, and have uniform bearing
• for the full length of the line. The Contractor shall restore all surfaces, existing
• underground installations, etc., damaged or cut as a result of the excavations to their
original condition and in a manner approved by the owner. After installation of pipe, the
• Contractor shall back-fill only between joints and fittings, leaving joints and fittings
• exposed until their installation is approved by the Owner's Authorized Representative.
(a) Where possible mainlines may occupy the same trench as lateral lines,
• provided minimum clearances are maintained as specified.
• (b) All irrigation lines shall have a minimum horizontal clearance to two inches
• from each other. All irrigation lines shall have a minimum horizontal
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 15
• 6/19/13
•
•
clearance of 12 inches from the lines of other trades. No lines installed •
parallel and directly over another line. . •
(c) Minimum Cover from finish grade shall be as follows:
24" minimum cover over solvent welded pressure piping to 2 inch size,
24" minimum cover over valve control wiring,
12" minimum cover over non-pressure piping to irrigation head bubblers, •
and emitters.
10-8.4.6.8 Pipes and Fittings shall be installed according to details: •
(a) Locations. Where site conditions do not permit locating piping, valves, and
heads where shown on plan, the Contractor shall notify the Engineer
immediately to determine relocation. •
(b) Handling. The plastic pipe shall be handled carefully avoiding dropping off
the delivery truck. The PVC pipe shall be covered to protect from sunlight
(especially from summer sun). •
(c) Cleaning. The pipe shall be kept clean during installation by unplugging or
other acceptable means. Caps or plugs shall be removed only when
necessary to continue assembly. •
(d) Layout. The pipe shall be aligned approximately as shown on the Irrigation
Plans. Verify locations before installing pipe.
(e) Joining of Pipe. The Contractor is responsible to be familiar with any and all
methods of assembling, joining, and installing the various types of pipe to
be used. The Contractor will adhere in strict accordance to manufacturer's
recommended installation procedures. •
All pipe shall be assembled free from dirt and pipe scale. Field cut ends
shall be reamed and trimmed of rough edges and burrs. No sawing of PVC
pipe shall be permitted when assembling pipe for emitters. All changes in •
direction of pipe shall be made with fittings. •
Reducer tees shall be used at all head risers where a pipe size changes.
Bushings shall not be allowed where reducer tees may be used. PVC •
saddles shall not be allowed. •
(f) Solvent Weld Joint. The joint shall be prepared by first making sure that
pipe end is square, then by debarring the pipe end and cleaning the pipe •
and fitting from dirt, dust, and moisture. •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT 140.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 16 •
6119113
•
•
• The pipe shall be dry-inserted into fitting to check for miss-sizing. Pipe
• should enter fitting 1/3 to 2/3 depth of socket. After verifying proper fit, the
inside socket surface of the fitting and the external surface of the male end
of the pipe shall be coated with solvent-cement. The joint shall be held still
• for approximately 30 seconds and any excess cement from pipe and fitting
• shall be wiped clean. The joint shall be cured for a minimum of 30 minutes
before handling and at least 6 hours before pressurizing.
• (g) Threaded Joint. Field threading of plastic pipe or fitting is not permitted.
• Factory formed threads only will be permitted.
Factory-made nipples shall be used wherever passible. Field-cut threads in
• metallic pipe will be permitted only where absolutely necessary. When field
• threading, threads shall be cut accurately on axis with sharp dies.
All threaded pressure joints shall be made up with pipe joint compound.
• Compound shall be applied to male threads only.
Where assembling metallic pipes to metallic fittings or valve, no more than
(3) full threads shall show when joint is made up, where assembling to
• plastic fittings, take up joint no more than one full turn beyond hand tight.
Where assembling soft metal (brass or copper) or plastic pipe, use strap
type friction wrench only; do not use metal jawed wrench. Coat the inside
. surface of the fitting and the external surface of the male end of the pipe
• with solvent-cement.
Where assembling soft polyethylene pipe and fitting, hand twist fitting into
. pipe until full insertion.
Insert pipe immediately into fitting and turn 114 turn to distribute cement and
remove air bubbles. The pipe must seat to the bottom of the socket and
. fitting. Check alignment so pipe and fitting are without strain to either.
Hold joint still for approximately 30 seconds and then wipe the excess
cement from the pipe and fitting.
Cure joint a minimum of 30 minutes before handling and at least 6 hours
before pressurizing.
10-8.4.6.9 Electrical Control Valves. Install according to detail. and where shown on the
• Irrigation Plan. No soil will be allowed in valve boxes.
10-8.4.6.10 Control Wire. Control Wire shall be UL approved for direct burial in ground,
• with maximum voltage drop of 5%.
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
• CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 17
. 6119113
•
•
Valve control wire shall be a solid color, common wire shall be white. Other single wires •
shall be striped two color jacket. Valve control wire shall have no buried in line splices; all .
splices shall be in a valve box or junction box. Connections shall be made by crimping
bare wires with brass crimping sleeves and sealing in UL approved #3570 Scotchloks,
Rainbird Snap-tites, or as noted on plans. •
Install wire below irrigation pressure lines, loop a minimum of 3 feet of extra wire in each
valve box; both control and common wire. Make 12" loop at 50' intervals along wire run
from valve to controller. Provide conduit where wires run under paving. Take care not to •
damage wires when backfilling trenches. •
Install at least two extra wire from single station controllers to heaviest-planted/most
sunshine exposed area of the valve for moisture sensor hook-up. •
10-8.4.6.11 Valve Boxes. All remote control valves shall be installed in plastic valve box.
Box shall be set flush with finish grade planting beds. Lid shall be permanently marked to
correspond to controller and station number. •
10-8.4.6.12 Backfilling. Backfill shall not be placed until the installed irrigation system
has been inspected, approved, and tested in the presence of the Owner's Authorized
Representative. Backfill material shall be an approved sandy soil or sand. Unsuitable •
material, including clods and rocks over 2-1/4 inches in size, shall be removed from the
premises and disposed of legally at part of the work under this Contract, shall make all
adjustments without extra cost to the Owner.
It is recommended that backfill be made first thing in the morning while pipe and soil
temperature are approximately the same. If backfilling is required during heat of the day,
water shall be run through PVC pipe to cool pipe for contraction purposes.
Surplus earth remaining after backfilling shall be disposed of legally off the premises.
10-8.4.6.13 Irrigation Heads. Irrigation heads shall be installed according to detail.
Spacing of heads shall not exceed the maximum indicated on the drawings. In no case .
shall the spacing exceed the maximum recommended by the manufacturer. .
(a) After all piping and risers are in place and connected, and prior to the
installation of irrigation heads, control valves shall be opened and a full •
head of water used to flush out the system.
(b) All heads will be installed above grade on either threaded PVC swing-joint
or poly swing pipe. No outlets below grade will be permitted. •
(c) Filtration and pressure regulator settings will be according to manufacturer's
specifications to obtain best head performance.
(d) Emitters shall be installed according to detail. All PVC pipe will be cut with
PVC pipe cutter, solvent-cement will be sparingly applied to avoid runs and
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 18 •
6/19/13
•
•
•
puddling in pipe and fittings, all pipe will be double flushed. End flushing
• valves will be installed according to detail and plan.
(e) The contractor shall flush and adjust all irrigation heads for optimum
• performance.
(f) Layout Changes: Arrangements, positions, and connections of pipes,
valves, and heads may be adjusted as directed to accommodate conditions
• which may arise during progress of work. No additional compensation shall
• be made for changes unless arrangements are made for charges prior to
installation.
• (h) Pressure Main Lines: Flush lines prior to installing remote control valves.
• Center load pipes.
(i) Non-Pressure Lateral Lines; Cap risers and flush lines prior to installing
• irrigation heads. Starting at remote control valve, remove caps in sequence.
. Replace cap before removing next cap in line.
10-8.4.6.14 Testing. The entire irrigation system shall be tested in accordance with
• Section 308-5.6 "Flushing and Testing" of the Standard Specifications.
10-8.4.7 Field Quality Control and Inspection. The contractor shall give authorized
representative three working days notice for inspection at the following stages. The
• Contractor must have field "as builts" up to date before each state of inspection.
10-8.4.7.1 Mainline. Mainline shall be installed after pressure pipe, controller, remote
control valves, and wiring have been installed. When backfilling, joints and fittings shall
• be left exposed until final approval by Owner's Authorized Representative.
(a) Static test for 6 hours at 125 psi
(b) Tests shall be observed and approved by the Owner's Authorized
• Representative prior to backfill, before rock base is installed and before
asphalt paving is installed.
(c) Lines shall be tested before and after installation of base material to
• determine the responsibility of any broken lines.
• (d) Contractor shall provide all equipment for hydrostatic tests.
10-8.4.7.2 Lateral Lines. Lateral lines shall be installed after installation of non-pressure
. pipe and riser. Backfrll only between joints and fittings, leaving joints and fittings exposed,
until after joint and fitting inspection. Complete flushing prior to testing. Test for 2 hours at
100 psi.
10-8.4.7.3 Completion of System. When the irrigation system has been completed, a
performance test shall be done in the presence of the Owner's Authorized Representative
to determine if Coverage of water to the planted areas is complete and adequate. The
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
• CITY PROJECT NO.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 19
• 6119113
•
Contractor shall change any heads, as may be required to provide satisfactory coverage •
at no charge to the Owner. The Contractor shall coordinate observation with the •
completion of planting.
10-8.4.7.4 Job Acceptance. A preliminary final inspection will be performed on the date •
of completion of construction. The final acceptance shall be 90 days later after the
maintenance period.
10-8.5 TREES, PLANTS, AND GROUNDCOVER •
10-8.5.1 General. Plants and planting material shall meet or exceed the specifications of
Federal, State, and County laws requiring inspection for plant disease and insect control.
10-8.5.2 Products. •
10-8.5.2.1 Tree Stakes. Trees Stakes shall be of the type of material and installed
according to the Planting Detail Plans. •
10-8.5.2.2 Tree ties. Tree ties shall be heavy hose-like plastic or rubber as approved by
Owner. The Contractor shall verify type with Owner.
10.8.5.2.3 Pre-emergent Weed Control. Pre-emergent weed control shall be "Surfian" or
approved equal.
10-8.5.2.4 Root Barriers. Root barriers shall be the type of material specified and •
installed according to the planting details. •
10-8.5.3 Materials.
10-8.5.3.1 Soil. Contractor shall use existing soil when possible. This and any imported
soil shall meet the requirements listed in Section 300-2.7 of the Standard Specifications.
All soil used around planting shall be free of rocks 2" and larger. All soil shall be fully
compacted. No air pockets or settling of the soil below finish grade requirements will be .
permitted. Contractor shall be responsible to readjust soil to specified elevations if settling •
occurs.
10-8.5.3.2 Plant Materials. The Contractor shall furnish and install plants typical of their
species or variety; with normal, densely-developed branches and vigorous, fibrous root •
systems. The Contractor shall provide only sound, healthy vigorous plants free from
defects, disfiguring knots, sun-scald injuries, abrasions of the bark, plant diseases, insect
eggs, borers, and all forms of infestation. All plants shall be fully developed without voids •
and open spaces. .
All plant material shall have been grown under climatic conditions comparable to those of
the subject site, unless otherwise specifically approved by the Owner. •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 20 •
&19113
•
•
•
• 10-8.5.4 Preparation.
10-8.5.4.1 Contractor shall assure that all necessary grading, rockery, and irrigation work
is complete prior to planting.
10-8.5.4.2 The location of plants shall be determined by scaling from Planting Plans.
Plant centers are shown on the Planting Plan to determine plant spacing. No planting
shall occur closer than 3 feet form the inside edge of the curb.
• 10-8.5.4.3 Spot all containers and obtain approval from the Owner prior to excavating
plant holes.
• 10-8.5.4.4 Contractor is to install any top dressing in planting area as per plan.
10-8.5.4.5 Contractor shall clean up site as necessary prior to planting. All areas to
r receive planting shall be free of debris.
10-8.5.5 Installation of Trees and Shrubs.
10-8.5.5.1 General. Nursery stock shall be planted immediately upon delivery to the site
• and approval by the Owner. Nursery stock, in containers, shall be protected from sun and
• wind and shall be watered as necessary.
10-8.5.5.2 Excavating. Excavation for all plants shall be per Planting Details. If
mechanical auger is used, probe by hand to determine if mechanical auger will hit any in-
place utilities.
10-8.5.5.3 Planting:
(a) Native Soil: Clean Native Sand
(b) Backfill: Mixture of nitro humus and native soil with plant tablets as
recommended by the nursery for each type plant.
(c) Fill excavated hole with water and allow to drain
• (d) Fill holes with back-fill
(e) Scarify sides of plant hole and root ball per installation details.
• (f) Fill to proper height to receive the plant, and thoroughly tamp the mixture
• before setting the plant.
(g) Set plant in upright position in the center of the hole, and compact the back-
fill mixture around the ball and or roots.
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
• CITY PROJECT NO.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 21
6/19/13
•
(h) Thoroughly water each plant when the hole is 2/3 full. After watering, tamp •
the soil in place until the surface of the back-fill is level with surrounding •
area and the crown of the plant is at the finished grade of the surrounding
area.
(i) After planting, finish grade all planting areas to a smooth and even •
condition, making certain that no water pockets of irregularities remain. All
planting areas shall be finished graded to comply with contours and
elevations specified on Grading Plans. Unless shown or noted otherwise on •
the Grading Plan, all finish grades are to be level 1'/2%2" below top of curb •
or adjacent hardscape.
10-8.5.6 Planting Ground Cover.
10-8.5.6.1 Rake existing soil smooth and free form soil lumps, rocks, sticks, and other
deleterious material. Space the ground cover plants evenly as indicated on the drawings,
staggering the spaces around shrubs and trees as well as in the open areas. Plant only in •
soil that is moist but friable, never wet or soggy. In case of plating in the open on hot •
days, shorten the time between planting and watering.
10-8.5.6.2 Backfill. Dig holes. Native Soil. •
Continue to backfill shrubs and trees and continue to drench backfill shrubs and trees and
continue to drench backfill as above.
10-8.6 MAINTENANCE AND PLANT ESTABLISHMENT PERIOD.
10-8.6.1 Maintenance Period. The maintenance period shall be 90 days after
completion of the irrigation, grading/rockery, and plant installation as determined and •
approved by the Owner. The Contractor shall notify the Owner when installation is •
complete and schedule a preliminary walk-through with the Owner's Authorized
Representative.
Maintenance period shall begin after all punch list items have been completed and written •
confirmation has been received.
10-8.6.2 Replacement of Unacceptable Material. Unacceptable material will be all .
dead or damaged plants, inoperable irrigation equipment and broken/damaged rocks. If at
any time during the maintenance period damage occurs, the Contractor shall immediately
correct damage. Once the unacceptable material has been repaired or replaced, that new
material will have a new 90 day maintenance period from the date it was repaired or •
replaced.
It is to the benefit of the Contractor to repair or replace any unacceptable material
immediately, since the Contractor shall pay liquidated damages for each day beyond the .
90 day maintenance period. •
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO.13-01 6119/13 SPECIAL PROVISIONS-SECTION 10-PAGE 22 •
•
•
0
10-8.6.3 Project Maintenance. Proper maintenance shall include but is not limited to the
• following work:
1. It shall be the contractor's responsibility to notify the City prior to any maintenance
performed on the contract area during the 90 day maintenance period.
2. It shall be the contractors responsibility to provide a maintenance schedule, which
shall be used to monitor the performance of the landscape maintenance. The contractor
. shall provide a daily start time, which must be adhered to during the course of the 90 day
• maintenance period. Any changes or deviations to the landscape maintenance schedule
after the initial submittal, shall require prior approval by the city.
• 3. The Contractor shall designate a representative who shall be responsible for
performing the irrigation controller check.
4. The irrigation controllers shall be monitored every Thursday (or other mutually
• agreed upon day of the week). The Contractor shall perform the required controller
• checks in the presence of the city's representative.
5. As a minimum, all irrigation controllers shall be monitored one day per week
• (mutually agreed upon by the city and contractor). Said controllers shall be checked in the
• presence of the city's representative.
6. The entire irrigation system shall be checked weekly to ensure that the drip
• emitters, valves, and controllers are fully operational.
7. Litter pick-up shall be provided every Monday, Wednesday, and Friday during the
90 day maintenance period. Raking and relocating displaced soil shall be performed
• weekly to keep the area neat and attractive throughout the maintenance period.
8. The Contractor shall provide a post emergent herbicide (Roundup) program
during the entire 90 day maintenance period).
9. The Contractor shall maintain the landscape area free of weed and other
undesirable plants.
10. The Contractor is responsible for maintaining all plant material within the contract
. area. The Contractor shall replace any plant which dies during the 90 day maintenance
period.
. 10-8.6.4 Pruning is to be done on trees and shrubs on a remedial basis only to correct
• form deficiencies.
Pruning will be done to select plants to:
(a) Develop permanent scaffold branches that are smaller in
diameter than the trunk(trees).
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS
CITY PROJECT NO. 13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 23
• 6/19/13
•
•
•
•
•
(b) To develop a radial orientation so as not to have branches overlaying each
other(trees).
•
(c) To eliminate V-shaped branch forks that lack strength (trees). •
10-8.6.5 Final Walk-Through. Final walk-through is to be scheduled at the end of the •
90 day maintenance period. Final walk-through shall be done by the owner, and be •
followed by a punch list of items to be completed before the job is deemed completed by •
the Owner. •
Final acceptance of the project shall occur only after the City has determined that all •
items of work have been completed and that all plant material has been established. •
10-8.7 PAYMENT. •
•
Payment for Landscaping shall be made at the lump sum or unit prices under Bid Items •
No's 9, 10, 11, 12, 13, 14, 15, and 16, landscaping complete and fully installed, as
specified and as indicated on the planting plans and planting detail plans, and shall •
include full compensation for excavating, grading, pre-treating, planting, rock installation, •
and all other appurtenant work. •
Payment for irrigation shall be made at the lump sum price bid under Bid Item No. 6, for •
irrigation complete and fully installed and operational, as specified and as indicated on the •
irrigation plans and irrigation detail plans, and shall include full compensation for •
providing, excavating, installing, connecting, and testing the irrigation system, and all •
other appurtenant work, complete in place.
•
- END OF SECTION -
•
•
•
•
•
•
•
•
•
•
•
•
FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT CONSTRUCTION DETAILS •
CITY PROJECT NO.13-01 SPECIAL PROVISIONS-SECTION 10-PAGE 24 •
6/19113
•
•
•
•
•
•
•
• CITY OF PALM SPRINGS
• DEPARTMENT OF PUBLIC WORKS AND ENGINEERING
•
•
•
• PART III - APPENDIX
•
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
• CITY PROJECT NO. 13-01
•
• City of Palm Springs Standard Drawing No. 200 - Curbs, Gutters, and
• Cross-Gutters
• Dust Control Sign
•
• xxxxx
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
• FRANCES STEVENS PARK BUILDING COURTYARD AND PARKING LOT
• CITY PROJECT NO.13-01 APPENDIX
6119f13
•
•
N0. REVISIONS APPROVED DATE
• 6" 1 1 1/2" 6 2.
• R= 1/2" R- 1/2" 6• 24"
• I A.C. PAVEMENT. 1 1/2-
• �n ^ L.':.. .:. 1/4" UP (TYP)
A.C. PAVEMENT '..•'" �.':.
ry 4.
!b .
• : .R=1/22
• Al A2 A3 A.C. PAVEMENT
• 6" 24" 6" 12" 1' 1.
2" 1/2"
• R=1/2" 11/2-�
_ n
• 1/4• UP (TYP) R=1"i
o n
R=1/2^ ONSITE ONLY ONSITE ONLY
A4 A.C. PAVEMENT B1 B2
• 24` 3 3
• 18" 6" @
2 R 8.
• SLOPE 1/2" SLOPE
• FLOWUNE 6
1/2- FIBER E%PANSIONJOINT—, WTTER 6' CROSSGIITTER SECONDARY THPROUGHFARE
C1 - END OF CURB DI
• 1/2" SLOPE 8.
2" 2"
SLOPE
b
• 8' CROSSGUTTER—MAJOR THOROUGHFARE El
• DZ A.C. PAVEMENT
• NOTES:
1, TYPES Al. A2 AND E7 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
• PLANE JOINTS PROVIDED EVERY 10 FEET. I If
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. NO. 200
66"
1 .5" PROJECT NAME: FRANCES STEVENS PARK 2"
BUILDING COURTYARD AND PARKING LOT 2"
1 .5" CITY PROJECT NO:
2"
1 .5" CONTRACTOR : XXXXXXXXXXXXXXXXXXXXX 2"
IF YOU SEE DUST COMMING 2"
FROM THIS PROJECT CALL: 2'$
JOHN DOE XXX - XXX - XXXX 3" 00
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
0 . 0 * 0000000000000900000000000000 *0000000000 •