Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06311 - SUPERIOR READY MIX CONCRETE LP DBA SIMON CONTRACTING CO CP 12-06 PALM SPRINGS SKATE PARK
DOC # 2013-0294030 06/20/2013 08:43A Fee:NC v"1 Page 1 of t l Recorded in Official Records 1 County of Riverside Larry W. Ward Recording UO \� Illlllslllllll I IIIII ylllllrl II Recorder e Requested by and \� After Recording Return to: S R U PAGE SIZE DA MISC LONG RFD COPY City Clerk City of Palm Springs M A L 466 426 PCOR C NCOR SMF pp XAM BOX 2743 Palm Swim Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palen Springs and reoordirg fees shah not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. It. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was completed on Monday May 13, 2013 V. The name of the contractor(if named)for such work of improvement was: Superior Ready Mix/Simon Contracting VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Construction of modular building foundations, retaining walls and street improvements at 401 Pavilion Way in the City of Palm Springs. VIL Nature of Interest: Fee Owner - (_ Vill.The property address or location of said property is: 401 Pavilion Way, Palm Springs, CAC Q)2-� 240-,e,-)02— ) IX. City Project: 12-06 Agreement Number: 6311 Minute Order No: N/A CITY OF PALM SPRINGS: BY: l DATED:.J'�.S-/ J' Public Works Inspector Michael L. Mott r/,1 BY: ` ' ` DATED: Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation, that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. / Index No.0713 City Clerk -James Thompsdn-- CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: April 16, 2013 To: Superior Ready Mix/Simon Contracting 35905 Dillon Rd. Indio Ca. 92202 City Project No.: 12-06 Project: Palm Springs Skate Park Change Order No.: One(1) Contract Purchase Order No. : 13-0867: 0 Account Numbers: 152-2460-51575 Agreement No.: 6311 CHANGES IN WORK/COST Bid Schedule Items 3, Construct 3"AC 92 SF @ $4.30/SF $395.60 4, Remove Existing AC Paving -73 SF @$2.25/SF ($164.25) 5, Grind and Cap 2"AC Paving 462 SF @ $2.75/SF $1,270.50 6, Rmv. Existing PCC Sidewalk 77 SF @ $1.65/SF $127.05 9, Construct Temp. Sidewalk -215 SF @ $5.15/SF ($1,107.25) 11, Remove Existing C&G 10 LF @$6.751 LF $67.50 12, Rmv. Existing"A" Curb" 20 LF @$5.15/LF $103.00 17, Construct 6" PCC "A" Curb -35 LF @$16.20/LF ($567.00) 20, Admin. Biding. PCC Footing 7 CY @ $245.00/ CY $1,715.00 22, Masonry Wall - 8"Thick 80 LF @$21.50/ LF $1,720.00 23, Masonry Wall - 16"Thick -70 LF @ $45.75/LF ($3,202.50) Sub Total: $357.65 New Items A, Relocate Existing Irrigation Lump Sum/Agreed Price $817.00 B, Utilities Lump Sum/Agreed Price $4,662.41 C, Trash Removal Lump Sum/Agreed Price $2,669.74 D, Install Building Tie-Downs Lump Sum /Agreed Price $2,800.00 E, Install 4" Sewer Lateral Lump Sum /Agreed Price $2,250.0. Sub Total: $13,199.15 Total Change Order Amount: $13,556.80 I REASONS FOR CHANGES Bid Schedule items 3, 4, 5, 6, 9, 11 , 12, 17, 20, 22, and 23: The actual quantities to complete the work were more or less then the originally estimated in the amounts indicated. Item A: An irrigation main line and control valves were found to be in conflict with new street improvements. Consequently, it was necessary to relocate these facilities outside of the proposed work area. Item B: Conduits for future electrical service and communications were installed from nearby utility service points to the modular building. This item also includes the installation of a copper water service from proposed meter location to the underside of the modular building. Item C: As purchased and delivered, the modular building contained a large amount of construction and other debris. It was necessary to rent a trash bin and to remove these items for disposal. This item also includes temporary framing of building openings for security purposes, which will remain in place until structural improvements begin. Item D: In order to ensure proper restraint and resistance to lateral and upward seismic and wind forces, it was necessary to install cable tie-down anchors from the modular building to the retaining wall foundations. Item E: In order to provide sewer service to the modular building a 4" sewer lateral and cleanout were connected to the adjacent sewer main. Source of Funds $13,556.80 will be paid from account#152-2460-51575 Contract Time: 10 working days will be added to the contract to compensate the contractor for extra days spent on time and material work. Original completion date: April 22, 2013 Days Added this Change Order: -10 - Revised Completion Date: May 08, 2013 Summary of Costs: Original Contract Amount: $135,182.25 This Change Order: $13,556.80 Previous Change Orders: $0.00 Revised Contract Amount: $148,739.05 If ti Contractor Approval I/We do hereby agree to the change(s) in work and prices as Indicated above: Superior Ready Mix /� D.B.A. Simon Contracting: 40-Y1 � A--t0'°'{�'i.. 6-5 -13 Ellignature of Authorized Representative Date . o r.r M. '1�o Mt6oe- Print Name Title City Approval Submitted by: 6- - 13 Sr. PubliW k r Date Approved by: ((�� 4�6 f l3 City Engineer Date Approved by: City Manager Date Attested by: ! a& 1 1 2d ?iClerk Date Distribution: Original Executed Copies Conformed File Copv Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Works Insp. (1) Finance (1) AppROVED By DWARMENT HEAD l'�,GrfnL.to A U51I III AGREEMENT THIS AGREEMENT made this 28* day of in the year 2013, 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 Superior Ready Mix Concrete L.P. dba Simon Contracting Company 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: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 The Work is generally described as follows: Construction of Concrete Masonry Unit (CMU) retaining wall and foundation; excavation and footing construction ready for installation of an office building; construction of 3-inch asphalt concrete (AC) paving over 6-inch miscellaneous base; removal and disposal of existing AC pavement; grinding 2-inch existing AC pavement and construction of 2-inch AC pavement; removal and disposal of existing concrete sidewalk; and all related and associated works, per the Contract Drawings and Special Provisions. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $ 2,000.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE ($135,182.25) 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. PALM SPRINGS SKATE PARK 3i} (�t',�-(51itl,�yl CITY PROJECT NO. 12-06 Ate � � 0K _ f[ r f14.:\l—MGeV ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each 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. PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL: B City Clerk Date APPROVED AS TO FORM: Agreement No. By Y I Attomey Date f / CONTENTS APPROVED: By— 4)1 ?1L City Engineer Date B APPROVED BY CITY COUNCIL City Maw �q•�a aQ Ab��� Date "--5- PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 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. S0F,E:( L)P_ E--j�,P y 1M d.bc s,tAoi..1 CONTRACTOR: Name: Check one:_individual,[Partnership _Corporation Address:To. gox 105'9 o lt�jDtp C e4 9z2v Z Byrn 24 � By:, Signature(notarized) a ignature(notarized) Name: ,o�k Name: Title: (cAL Title: (�C�t���-ram M✓ ACC L (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 CQt t F0k-Ki f l I State of Oi-)L1 P'Op."(Pi C Countyof F 1tSl hi C ss Countyof P i x St Y I ss On 1 2�- On I�—C_ Sol"� before m�m Q t- bfZflZ_ 1 f6iP�Z4' r�CFY(lGbefore me, L�[(�(�P�7 Z_� / G AfL��' kfal , personally appeared,-31K( rn _ t�56Uk personally appeared L--FFFL-`; T.14L--P_f2fkk cCl who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(p) whose name(k) evidence to be the person(owhose name(§) isFare is/are-subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that hefehefthey executed acknowledged to me that hetshe/they executed the same in histher#heir authorized capacity(Jes), the same in histl4ei;44eir authorized capacity(ie6), and that by his/her/their signatures(0) on the and that by his/herftheiF signatures(40 on the instrument the person(, or the entity upon instrument the person(a), or the entity upon behalf behalf of which the person(K acted, executed the of which the personm acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: otary Seal: IRENE ORTIZ IRENE ORTIZ Commission aK 1873838 Commission N 1873838 z .� Notary Public-California z aa llotary Public-California zRiverside County z Riverside County PALM SPRINGS SKATE PARK My Comm.Expires Jan 16,2014 M Comm.Expires Jan 16,2014 CITY PROJECT NO. 12-06 SUPERIOR READY MIX CONCRETE L.P. DBA SIMON CONTRACTING 1508 W. MISSION ROAD ESCON D I DO, CA 92029 (760) 745-0556, (760) 740-9556 (fax) December 20, 2010 TO WHOM IT,MAY CONCERN This letter confirms that the following individuals are authorised to execute bids, contract documents and other documents on behalf of Simon Contracting, a division of Superior Ready Mix Concrete L.P. Jeff Herrington Jon Roessler Roger Wallentine Superior 1Ready AZix Concrete L.P. By: Its general partner, J. Brouwer Investments, Inc. By � ! Arnold Veldkamp, Secretary CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 IN THE CITY OF PALM SPRINGS November 2012 QALA4 S V cOi� '4PORA-Cf-0 TO R��P David J. Barakian, P.E., City Engineer Bids Open: December 11, 2012 Dated: November 8,2012 • • • • CITY PROJECT NO. 12-06 • • • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • • • • • ro, > ssm Geor a F. Farago, P.E. Assistant City Engineer • Civil EngineerC62254 • Approved by: • • • • • David J. Barakian, P.E. City Engineer Civil Engineer C 28931 • • • • • • • • • • • • PALM SPRINGS SKATE PARK CITY PROJECT NO 12-06 SIGNATURE PAGE • 11/8/12 • 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 Funds Only Local Business Preference Program Good Faith Efforts Non-collusion Affidavit Bidder's General Information • Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form • Worker's Compensation Certificate • Performance Bond Payment Bond Certificate of Insurance 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 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX City of Palm Springs Standard Drawings • Caltrans Standard Drawings • Dust Control Sign • PALM SPRINGS SKATE PARK SPECIAL PROVISIONS CITY PROJECT NO 12-06 GENERAL CONTENTS-PAGE 1 11/8112 • • CITY OF PALM SPRINGS • • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • PALM SPRINGS SKATE PARK • CITY PROJECT NO. 12-06 • 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 • • • • • • • • • • • • PALM SPRINGS SKATE PARK PART 1 CONTENTS CITY PROJECT NO 12-06 PAGE 1 0 1116/12 • CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing Palm Springs Skate Park - Project No. 12-06 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Palm Springs Skate Park will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3 P.M. on Tuesday, December 11, 2012 at which time they will be • opened and read aloud. The Engineer's Estimate is $150,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of Concrete Masonry Unit (CMU) retaining wall and foundation; excavation and footing construction ready for installation of the office building; construction of 3-inch asphalt concrete (AC) paving over • 6-inch miscellaneous base; removal and disposal of existing AC pavement; grinding 2-inch • existing AC pavement and construction of 2-inch AC pavement; removal and disposal of existing concrete sidewalk; and all related and associated works, per the Contract Drawings and Special Provisions. 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" Contractor license at the time of submitting bids. • N-7 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of • payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-8 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $ 15.00 per set by cash, • check or credit card and are obtainable from the City of Palm Springs Engineering • PALM SPRINGS SKATE PARK NOTICE INVITING BIDS CITY PROJECT NO 12-06 PAGE 1 • 1117112 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.liconCa)palmspringsca.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.palmsprings-ca.gov/index.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Savat Khamphou, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to Savat.Khamphou(aD_palmspringsca.gov. iQuestions must be submitted by 2:00 PM, November 22, 2012. Questions received after this • date will not be accepted. N-9 INTERPRETATIONS - All questions about the meaning of intent of the Contract • Documents are to be directed to the Engineering Secretary by faxing or e-mailing at (760) • 322-8360 or kim.likonCa-_)palmspringsca.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 Drawings. Questions must be received on or before 2:OOPM, . December 4, 2012. Only questions that have been resolved by formal written Addenda will be • binding. Oral and other interpretations or classifications will be without legal or contractual effect. • N-10 LOCAL BUSINESS PROMOTION - In accordance with the provision 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 subcontract the supply • of materials and equipment to local business enterprises and to subcontract services to • businesses whose work force resides within the Coachella Valley. • PALM SPRINGS SKATE PARK NOTICE INVITING BIDS CITY PROJECT NO 12-06 PAGE 2 • 11l8/12 • • • • • N-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed • and addressed to the City of Palm Springs, and shall be delivered or mailed to the • Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, • CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For..." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond • shall be enclosed in the same envelope with the Bid. • • BY ORDER OF THE CITY OF PALM SPRINGS • • Date flu� • • • gy • David J. Barakian, PE • Director of Public Works/City Engineer • i • • • • • • • • • • • • • • • • • • • • • • PALM SPRINGS SKATE PARK NOTICE INVITING BIDS CITY PROJECT NO 12-06 PAGE 3 • 11/6/12 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. S (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. PALM SPRINGS SKATE PARK INSTRUCTIONS TO CITY PROJECT NO 12-06 BIDDERS-PAGE 1 • 11/6/12 (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City • does not assume responsibility for the accuracy or completeness thereof unless it is • expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to • prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear.in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or • obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with • the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems • necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. • (h) The lands upon which the Work is to be performed, the rights-of-way and • easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or . permanent changes in existing structures will be obtained and paid for by the City unless • otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the • Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey • understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. 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 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved • by formal written Addenda will be binding. Oral and other interpretations or clarifications • will be without legal or contractual effect. PALM SPRINGS SKATE PARK INSTRUCTIONS TO CITY PROJECT NO 12-06 BIDDERS-PAGE 2 • 11/6/12 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 corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place • stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et • seq. of the California Public Contract Code. 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 PALM SPRINGS SKATE PARK INSTRUCTIONS TO CITY PROJECT NO 12-06 BIDDERS-PAGE 3 • 11l6/12 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 Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such • written request must be delivered to the place stipulated in the Notice Inviting Bids prior to • the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED 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 PALM SPRINGS SKATE PARK INSTRUCTIONS TO CITY PROJECT NO 12-06 BIDDERS-PAGE 4 . 11012 otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more • than one Bid Schedule, the City may award schedules individually or in combination. In • the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. • 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall • execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, • responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local • Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials ` and equipment to focal 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- • PALM SPRINGS SKATE PARK INSTRUCTIONS TO CITY PROJECT NO 12-06 BIDDERS-PAGE 5 • 1116/12 • • • • BID DOCUMENTS • • Only the following listed documents, identified in the lower right corner as 'Bid Forms" and reproduced on colored paper, shall be fully executed and submitted • with the Bid at the time of opening of 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. • • i • • • • • • • • • • • • • • PALM SPRINGS SKATE PARK COVER SHEET CITY PROJECT NO 12-06 BID FORMS-PAGE 1 • 11/6/12 • • 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: • PALM SPRINGS SKATE PARK • CITY PROJECT NO. 12-06 • Bidder accepts all of the terms and conditions of the Contract Documents, including • without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing • with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner • required in the Instructions to Bidders, and will furnish the insurance certificates, Payment • Bond, Performance Bond, and all Permits required by the Contract Documents. • Bidder has examined copies of all the Contract Documents, including the following • Addenda (receipt of which is hereby acknowledged): Number Date • Number Date • • Number Date • Number Date • • Bidder has familiarized itself with the nature and extent of the Contract Documents, the • Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions • affecting cost, progress, or performance of the Work, and has made such independent • investigations as Bidder deems necessary. • In conformance with the current statutory requirements of California Labor Code Section • 1860, et seq., the undersigned confirms the following as its certification: • • I am aware of the provisions of Section 3700 of the Labor Code, which require • every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing • the performance of the Work of this Contract. 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 PALM SPRINGS SKATE PARK BID(PROPOSAL) CITY PROJECT NO 12-06 BID FORMS-PAGE 2 • 11/6112 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: • PALM SPRINGS SKATE PARK BID (PROPOSAL)• CITY PROJECT NO 12-06 BID FORMS-PAGE 3 • 11/6/12 BID SCHEDULE • Schedule of Prices for the Construction of the: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 • in Palm Springs, California . Item Description Estimated Unit Unit Amount • No. Quantity Price • 1- Initial Mobilization - LS $ 2. Traffic Control - LS $ 3. Construct 3-inch Asphalt Concrete 4,660 SF (AC) Paving Over 6-inch Misc. Base $ $ 4. Remove and Dispose of Existing AC 5,610 SF . Pavement $ $ 5 Grind 2-inch Existing AC Pavement • and Construct 2-inch AC Pavement 8,710 SF $ $ • Overlay • 6. Remove and Dispose of Existing 2,280 SF • Concrete Sidewalk $ $ . 7. Relocate Area Lights Including 2 EA • Foundation Construction $ Is 8. Pavement Striping and Marking — LS $ 9. Construct 3" PCC Temporary Sidewalk 500 SF $ $ • • 10. Remove Existing Trees 2 EA $ $ 11. Remove and Dispose of Existing 120 LF • Curb and Gutter $ $ 12 Remove and Dispose of Existing 85 LF $ $ • Curb 13. Relocate Traffic Sign 2 EA $ $ 14. Modification of Landscape Irrigation 1 LS • System $ Name of Bidder or Firm PALM SPRINGS SKATE PARK UNIT PRICE BID SCHEDULE CITY PROJECT NO 12-06 BID FORMS-PAGE 4 • 11/8/12 • w w w BID SCHEDULE w (Continued) PALM SPRINGS SKATE PARK w CITY PROJECT NO. 12-06 • w Item Description Estimated Unit Unit Amount w No. Quantity Price Relocate Concrete Bench to New w 15. Location, Per the Direction of City 1 EA $ $ w Engineer Remove and Construct ADA Access 16. Ramp, per Plans 1 $ $ w 17. Construct 6-inch Curb, per CPS Std. 250 LF $ $ w 200 Type Al w 18 Construct 6-inch Curb and Gutter, 130 LF w per CPS Std. 200 Type A3 $ $ w 19 Administration Building— Foundation 300 CY $ $ w Excavation w 20 Administration Building— Concrete 50 CY $ $ w Footing (Including Formwork) • Administration Building Footing w 21. Steel Reinforcement and Retaining 2.18 TON $ $ Wall Steel Reinforcement 22. Masonry Wall—8-inch Thick 140 LF $ $ w 23• Masonry Wall — 16-inch Thick 70 LF $ $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ (Price in figures) w (Price in words) • • w QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only w to give an indication of the general scope of the Work. The City does not expressly nor by w 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 w to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to w 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. • w Name of Bidder or Firm • w PALM SPRINGS SKATE PARK UNIT PRICE BID SCHEDULE CITY PROJECT NO 12-06 BID FORMS- PAGE 5 w 11/a/12 • 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. 2. 3. 4. 5. • PALM SPRINGS SKATE PARK LIST OF SUBCONTRACTORS CITY PROJECT NO 12-06 BID FORMS-PAGE 6 . 11/6/12 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 12-06 Bid Opening Date: Monday, December 10, 2012 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 i force resides within the Coachella Valley. The prime contractor shall submit evidence of such • good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by . placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may • reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to • comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted • with its Bid, Bidders shall identify local subcontractors not required to be identified on the List • of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. • Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: • LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS • PALM SPRINGS SKATE PARK BID FORMS-PAGE 7 CITY PROJECT NO 12-06 • 11/6112 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 i • B. The names and dates of written notices sent to local firms soliciting bids for this project • and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS . PALM SPRINGS SKATE PARK BID FORMS-PAGE 8 CITY PROJECT NO 12-06 . 11/6/12 • • • • • C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items • normally performed by the bidder with its own forces) into economically feasible units to • facilitate participation by local firms. • Items of Work Bidder Breakdown of Items Amount Percentage • Normally M Of • Performs Item Contract • (Y/N) • • • • • D. The names, addresses and phone numbers of rejected local firms, the reasons for the • bidder's rejection of the local firms, the firms selected for that work (please attach • copies of quotes from the firms involved), and the price difference for each firm if the • selected firm is not a local firm: • Names, addresses and phone numbers of rejected local firms and the reasons for the • bidder's rejection of the local firms: • • • • Names, addresses and phone numbers of firms selected for the work above: • • • • • NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. • • • • • • LOCAL BUSINESS PREFERENCE PROGRAM • GOOD FAITH EFFORTS PALM SPRINGS SKATE PARK BID FORMS-PAGE 9 CITY PROJECT NO 12-06 • 11/6/12 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) I, being first duly sworn, deposes and says that he or she is of the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not i 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. i Bidder BY Title Organization Address . PALM SPRINGS SKATE PARK NON-COLLUSION AFFIDAVIT CITY PROJECT NO 12-06 BID FORMS-PAGE 10 • 1116/12 • • • • i • • • • ALL-PURPOSE ACKNOWLEDGMENT • i State of • County of • On before me, • Date Name, Title of Officer personally appeared • NAME(S) OF SIGNER(S) • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the • within instrument and acknowledged to me that he/she/they executed the same in his/herttheir authorized capacity(ies), • and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. • 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and • correct. • Witness my hand and official seal. • • • Signature of Notary • • • • ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. • THIS CERTIFICATE Title or Type of Document • MUST BE ATTACHED • TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: • Signer(s) Other Than Named • Above • • • • • • • • i PALM SPRINGS SKATE PARK NON-COLLUSION AFFIDAVIT CITY PROJECT NO 12-06 BID FORMS-PAGE 11 1 116/12 • BID BOND 0 KNOW ALL MEN BY THESE PRESENTS, o 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: PALM SPRINGS SKATE PARK • CITY PROJECT NO. 12-06 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the • manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is • brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said • City in such suit, including a reasonable attorney's fee to be fixed by the court. • SIGNED AND SEALED,this day of 20_ i 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 e. • 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: s • • PALM SPRINGS SKATE PARK BID BOND(BID SECURITY FORM) CITY PROJECT NO 12-06 BID FORMS-PAGE 12 0 11/6112 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 Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: • Name of Surety • Address i 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: • PALM SPRINGS SKATE PARK BIDDER'S GENERAL INFORMATION CITY PROJECT NO 12-06 BID FORMS-PAGE 13 1116/12 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed • Contact Person Telephone number . b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address t 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: i S 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. PALM SPRINGS SKATE PARK BIDDER'S GENERAL INFORMATION CITY PROJECT NO 12-06 BID FORMS-PAGE 14 • 11/6/12 AGREEMENT THIS AGREEMENT made this day of in the year 20_, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter • designated as the City, and • hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK • The Contractor shall complete the Work as specified or indicated under the Bid • Schedule(s) of the City's Contract Documents entitled: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 The Work is generally described as follows: • Construction of Concrete Masonry Unit (CMU) retaining wall and foundation; excavation and footing construction ready for installation of an office building; construction of 3-inch asphalt concrete (AC) paving over 6-inch miscellaneous base; removal and disposal of existing AC pavement; grinding 2-inch existing AC pavement and construction of 2-inch • AC pavement; removal and disposal of existing concrete sidewalk; and ail related and associated works, per the Contract Drawings and Special Provisions. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $ 2,000.00 for • each calendar day that expires after the time specified in Article 2, herein. i ARTICLE 3 -- CONTRACT PRICE • The City shall pay the Contractor for the completion of the Work, in accordance with the + Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule. PALM SPRINGS SKATE PARK AGREEMENT FORM CITY PROJECT NO 12-06 AGREEMENT AND BONDS-PAGE 15 • 1116/12 • ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of • Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 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 provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the • individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. • ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights • under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an • assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each 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. • PALM SPRINGS SKATE PARK AGREEMENT FORM CITY PROJECT NO 12-06 AGREEMENT AND BONDS-PAGE 16 • 11/6/12 ATTEST: CITY OF PALM SPRINGS, • CALIFORNIA • By APPROVED BY THE CITY COUNCIL: • City Clerk Date • APPROVED AS TO FORM: Agreement No. BY • City Attorney Date CONTENTS APPROVED: • BY City Engineer Date • By • City Manager Date • PALM SPRINGS SKATE PARK AGREEMENT FORM CITY PROJECT NO 12-06 AGREEMENT AND BONDS-PAGE 17 . 1116/12 • 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. i 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 C State of ❑ • County of ❑SS County of GSs On On • before me, before me, • personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s) is/are • is/are subscribed to the within instrument and subscribed to the within instrument and • acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed • the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf • behalf of which the person(s) acted, executed the of which the person(s) acted, executed the • instrument. instrument. 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: • AGREEMENT FORM . PALM SPRINGS SKATE PARK AGREEMENT AND BONDS-PAGE 18 CITY PROJECT NO 12-06 11/6112 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 l will comply with such provisions before commencing the performance of the Work of this Contract. Contractor • BY Title • PALM SPRINGS SKATE PARK • CITY PROJECT NO 12-06 11/6(12 • WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 19 • • 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: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 • 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 20_ • CONTRACTOR: (Check one:—individual,_partnership,_coryoration) • (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) Tide (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: • PALM SPRINGS SKATE PARK PERFORMANCE BOND CITY PROJECT NO 12-06 AGREEMENT AND BONDS-PAGE 20 11/6112 • 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: PLAM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 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. • PALM SPRINGS SKATE PARK PAYMENT BOND . CITY PROJECT NO 12-06 AGREEMENT AND BONDS-PAGE 21 11/6/12 iPROVIDED, 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 20_. CONTRACTOR: (Check one:_individual,_partnership, _corporation) • (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By • Signature(NOTARIZED) Print Name and Title: By • Signature(NOTARIZED) Print Name and Title: SURETY By Title . (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) • PALM SPRINGS SKATE PARK PAYMENT BOND • CITY PROJECT NO 12-06 AGREEMENT AND BONDS-PAGE 22 11/6/12 • CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED . NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE • COMPANY A B C • D TYPE OF WORK PERFORMED AND LOCATION • wee LIMITS OF LIABI LITY IN THOUSAN DS(sl DOD) TYPE OF INSURANCE POLICY NUMBER • EACH • OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: • ❑ E)TIUDSJON AND COLLAPSE DOOILYINJURY $ $ • ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE $ $ • ❑ PRODUCTSICOMPLETED OPERATIONS RI ❑ CONTRACTUALINSURANCE • ❑ BROAD FORM PROPERTY DAMAGE SOOILYINJURYAND • ❑ INDEPENDENTCONTRACTORS PROPERTY DAMAGECOMBINED $ $ . ElPERSQWLINJURY PERSONAL INJURY IS • COMPREHENSIVE AUTOMOBILE BONLYINJURY LIABILITY EACHPERSON $ Including: EACHACCIDENT • ❑ OWNED PROPERTY DAMAGE $ ❑ HIRED S ❑ NON-OWNED DODILYINJURY • ❑ MOTOR CARRIER ACT AND PROPERTY $ DAMAGE OMSIPERT ED • EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY EMPLOYER'S LIAEILI DAMAGE COMBINED $ • ❑ tt WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Including: EL $ (EACH 4ONGsACCIDENT) • ❑ HARBOR WORKERS E RSAND HARBOR WORKERG • OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS • The undersigned cenifes that he Or she is the represerdative of the above-named insurance companies,that he or she has the authority to execute and issue this cerfficate lG Certificate Holder,antl accordingly,does hereby certify on behalf of said insurance companies that policies of insurance listed above have been issued to the insured • named above antl are in force at this fi ne. NohviMsWnding any requirement,term,«condition of any contract or other document with respect to which this certificate may de issued or may penain,the insurance afforded by the policies described herein is subject to at the terms,exclusions,and conditions of such policies. Copies of the policies shown will be furnished to the Certificate Holder upon request. • This Ceititicale does not amend,extend,or alter the coverage afforded by the policies listed. . Cancellation:Should any of the above described policies be cancelled before the expiration date thereof,the issuing Company will mail BD days widen notice to the belo a- named certificate holder. • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY • .cmuazEoeeoveaExTa.rvEcrixauumacamasrranoxccowwce • .marss • • • • CERTIFICATE OF INSURANCE • PALM SPRINGS SKATE PARK AGREEMENTAND BONDS-PAGE 23 CITY PROJECT NO 12-06 • 1116/12 • • • • • • • • • CITY OF PALM SPRINGS • • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • PART II -- SPECIAL PROVISIONS • • PALM SPRINGS SKATE PARK • CITY PROJECT NO. 12-06 • • 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 • • • • • • • • • PALM SPRINGS SKATE PARK PART II --SPECIAL PROVISIONS CITY PROJECT NO. 12-06 GENERAL CONTENTS-PAGE 1 • 11/6/12 • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • SPECIAL PROVISIONS PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 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. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference • specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works Construction ("Greenbook"), 2012 Edition, as previously specified in the above paragraph. 1-2 LEGAL ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works . TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS PALM SPRINGS SKATE PARK SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • CITY PROJECT NO. 12-06 • 11/6112 • Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the • Project Representative may subsequently designate in writing to the Contractor. • 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency -The City of Palm Springs, a charter city organized and existing in the County of Riverside, • State of California. Engineer-The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages -The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each days delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special 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. 0 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) • Lincoln's Birthday(February 12) President's Day(Third Monday in February) Memorial Day(Last Monday in May) Independence Day(July 4) Labor Day(First Monday in September) Veteran's Day(November 11) • Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day . Christmas Eve Day(December 24) Christmas Day(December 25) When a designated holiday falls on a Friday or Saturday,the Thursday before the holiday shall be a • designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. • (b) Days on which the Contractor is prevented by inclement weather or conditions resulting 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 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS • PALM SPRINGS SKATE PARK SPECIAL PROVISIONS-SECTION 1 - PAGE 2 CITY PROJECT NO. 12-06 • 11/6/12 • • 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: • 28 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items. Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements • associated with ordering long lead-time items. In addition to the construction duration time of 28 (Twenty-Eight) 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 plant, irrigation, and rockery 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 S extended due to plants, irrigation facilities, or rockery landscape being unrepaired or unreplaced. 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. Nofice Inviting Bids • PALM SPRINGS SKATE PARK SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 2-PAGE 1 • 11/6/12 • • • • • 7. Instructions to Bidders • 8. Plans(Contract Drawings) g. 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 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 SURVEY MONUMENT PRESERVATION GUIDELINES • 2-5.1 NEW AND RECONSTRUCTION PROJECTS • • All work is to be performed by a person or under the supervision of a person authorized • to practice Land Surveying, and shall adhere to the following guidelines: • • PALM SPRINGS SKATE PARK SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 2-PAGE 2 11/6112 • • 0 • 0 0 A. PRIOR TO CONSTRUCTION 1. The public survey records are to be researched for the location of all possible o survey monuments within the scope of the project and copies shall be furnished to the survey crew. 2. The survey crew shall diligently search for all survey monuments of record above or below the surface, within the road right-of-way. It is suggested that this search would include the use of a metal detector. When the detector indicates the possibility of a buried monument, than digging below the surface • to uncover the monument is required. 0 3. The survey crew shall properly reference all found survey monuments, which may be disturbed or covered during construction, to stable surface points. 4. The authorized surveyor shall properly complete a Corner Record or Record 0 of Survey for the monuments noted in item 3, above. Prior to the start of any construction work, the original or a print of the Corner Record of Survey shall • be submitted to the County Surveyor for review, signature, and filing. o B. AFTER CONSTRUCTION AND PRIOR TO RECORDING THE NOTICE OF COMPLETION 1. All covered and disturbed monuments shall be reset with the same or more durable type of monument as the original, in the surface of the construction. o Key monuments shall be a minimum 1" inside diameter iron pipe of appropriate length. 2. A monument box or other protective structure is recommended to be placed around key monuments (section comers, quarter section comers). • • 3. The authorized surveyor shall properly complete a Corner Record or Record • of Survey for all set monuments with a change in character, including tag number, and submit it to the County Surveyor for review, signature, and filing. 0 2-5.2 OVERLAY PROJECTS All work is to be performed by a person or under the supervision of a person authorized to practice Land Surveying, and shall adhere to the following guidelines: 0 A. PRIOR TO CONSTRUCTION 0 1. The public survey records are to be researched for the location of all possible survey monuments within the scope of the project and copies shall be • fumished to the survey crew. • 0 • PALM SPRINGS SKATE PARK SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12.06 SPECIAL PROVISIONS-SECTION 2-PAGE 3 • 11/6/12 • 2. The survey crew shall diligently search for all survey monuments of record on i the surface of the road. It is suggested that this search would include the use • of a metal detector. When the detector indicates the possibility of a buried • monument, than digging below the surface to uncover the monument within 2" of the road surface is recommended. 3. The survey crew shall properly reference all found survey monuments, which may be disturbed or covered during construction, to stable surface points. 4. The authorized surveyor shall properly complete a Corner Record or Record of Survey for the monuments noted in item 3, above. Prior to the start of any • construction work, the original or a print of the Comer Record of Survey shall • be submitted to the County Surveyor for review, signature, and filing. B. AFTER CONSTRUCTION AND PRIOR TO RECORDING THE NOTICE OF • COMPLETION 1. All covered and disturbed monuments and surface monuments are reset in the new road surface, or a new monument is set in the new road surface above the buried one. • 2. All existing monument boxes will be adjusted to grade or replaced, as appropriate. 3. A monument box or other protective structure should be placed around key monuments (section comers, quarter section corners). 4. The authorized surveyor shall properly complete a Corner Record or Record • of Survey for all set monuments and existing monuments with a change in • character, including tag number, and submit it to the County Surveyor for review, signature, and filing. 2-5.3 CHIP SEAL OR SEAL COAT PROJECTS All work is to be performed by a person or under the supervision of a person authorized to practice Land Surveying, and shall adhere to the following guidelines: A. PRIOR TO CONSTRUCTION 1. The public survey records are to be researched for the location of all possible survey monuments within the scope of the project and copies shall be furnished to the survey crew. • 2. All monument boxes shall be located and steps taken to ensure that the survey monuments inside are readily accessible upon completion of the project. • PALM SPRINGS SKATE PARK SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 2-PAGE 4 11l6l12 • • 3. The survey crew shall diligently search for all survey monuments on the • surface of the roadway and identify said monuments recovered in the field to • ensure that they will be protected. The survey crew shall inventory the monuments recovered in the field in a manner that allows for their recovery and inspection after construction. B. AFTER CONSTRUCTION AND PRIOR TO NOTICE OF COMPLETION 1. All monument boxes shall be inspected, and appropriate action taken when needed, to ensure that the survey monuments inside are readily accessible. 2. The survey crew shall review the inventory of found monuments by field inspection to ensure that all survey monuments are clean and exposed. Those monuments found to be covered after construction is completed, shall • be uncovered. 2-6 SURVEYING — The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements • necessary for the proper prosecution and control of the work contracted for under these specifications. No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades e and alignment set by the Contractor. In case of error on the part of the Contractor, • his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and corner record filing, as required by the Engineer or his representative. 2-7 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4)the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The . Engineer's decision shall be final, and he shall have the authority to enforce and make • effective such decisions and orders which the Contractor may fail to carry out promptly. s • PALM SPRINGS SKATE PARK SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 2-PAGE 5 11/6/12 2-8 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall . be subject to the Engineer's inspection. • When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-9 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not • limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents. • 2-10 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. , the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. 2.11 SUBMITTALS • 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 - PALM SPRINGS SKATE PARK SCOPE AND CONTROL OF WORK . CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 2-PAGE 6 1116/12 • • SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that • the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3.2.3 of the 2012 edition shall be deleted in its entirety and the following substituted: 3-2 PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows: • (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent(includes bonding) • 2) Materials 15 percent . 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. • 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard • Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total • amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in • an increase or decrease in the quantity of any unit price bid item of the Work in . excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under • the Contract exceed the Engineer's Estimate therefore by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefore will be paid for by adjusting the Contract Unit Price, as hereinafter • provided, or at the option of the City, payment for the work involved in such PALM SPRINGS SKATE PARK CHANGES IN WORK CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 3-PAGE 1 • 11/6/12 • excess will be made as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions. • Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to • have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the • work were to be paid for as extra work as provided in 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 • PALM SPRINGS SKATE PARK CHANGES IN WORK • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 3-PAGE 2 • 1116/12 • 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 S City and the actual cost of any further handling will be paid for by the City. If the material is retumable to the vendor and if the Engineer so directs the Contractor, the material shall be retumed 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 S 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 - • PALM SPRINGS SKATE PARK CHANGES IN WORK CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 3-PAGE 3 • 11/6/12 • SECTION 4 -- CONTROL OF MATERIALS • 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, • or equipment considered as equivalent to that indicated, unless a sole source is • specified. Failure of the Contractor to submit requests for substitution promptly • after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment • for that which was originally specified. Unless otherwise authorized by the • Engineer, the time for submission of data substantiating a request for substitution of an "or equal' item shall be not more than 20 days after bid opening. • 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request • approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of "or equal' products shall • include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed • substitute. The appearance of manufacturer and product names or trademarks, details • of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid • Schedule. 4-2.2 Placing Orders. - The Contractor shall place the orders for all long-lead supplies, materials, and equipment (including concrete masonry, steel reinforcement S and asphalt concrete) 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 - • • PALM SPRINGS SKATE PARK CONTROL OF MATERIALS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 4-PAGE 1 • 1116(12 • SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: • "In any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunk- line utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The contract documents shall include provisions to compensate the contractor for the costs of locating, repairing damage not due to the failure of the contractor to exercise reasonable • care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy and for equipment on the project necessarily idled during such work. The contract documents shall include provisions that the contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the • public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities • on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency • from identifying main or trunk-lines in the plans and specifications. • Nothing herein shall preclude the public agency from pursuing any appropriate remedy against the utility for delays which are the responsibility of the utility. Nothing herein shall be construed to relieve the utility from any obligation as required either by law or by contract to pay the cost of removal or relocation of existing utility facilities. (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications: "If the Contractor, while performing the Contract, discovers utility facilities not • identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. 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." PALM SPRINGS SKATE PARK UTILITIES • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 5-PAGE 1 11/6112 • • 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 i owner. The method of support of the utility, precautions to be taken during trench backfill and • compaction, etc., shall be per the utility owner's requirements. The Contractor shall • contact the utility owner should it anticipate such exposure of any of the existing utilities. 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete; the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the • commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. - END OF SECTION - • PALM SPRINGS SKATE PARK UTILITIES CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 5-PAGE 2 • 11/6/12 • 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: • 1. Powered Vehicles 2. Construction Equipment • 3. Loading and Unloading Vehicles 4. Domestic Power Tools 6.2.2 Limitations. - The work shall not be performed on Fridays, weekends, holidays • or the day preceding a holiday without prior approval of the Engineer. Fridays shall be • used for cleanup and paving where possible. 6-3 NOTIFICATION S 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 • Valarie Wagner, Streets Maintenance Supervisor (760)323-8167 Dave Barakian, City Engineer (760) 323-8253 • VERIZON • Attention: Mr. Larry Moore (760)778-3603 • DESERT WATER AGENCY • Attention: Ms. Debbie Randall (760)323-4971 • SOUTHERN CALIFORNIA EDISON COMPANY • Attention: Mr. Frank Jasso (760)202-4278 SOUTHERN CALIFORNIA GAS COMPANY • Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760)340-1312 • PALM SPRINGS SKATE PARK AND ACCEPTANCE OF THE WORK PROSECUTION,PROGRESS, • PROJECT NO.CITY • CITY 2 SPECIAL PROVISIONS-SECTION 6-PAGE 1 • • • • • • • WHITEWATER MUTUAL • Attention: Mr.Stan Clark (760)325-5880 • 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 - • • • • • • • e • • • • • e • • • • • • • • • • • • PALM SPRINGS SKATE PARK AND ACCEPTANCE OF THE WORK PROSECUTION,PROGRESS, CITY PROJECT NO. 12-06 C • CITY 2 SPECIAL PROVISIONS-SECTION 6-PAGE 2 • SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: • "The Contractor shall keep itself fully informed of all existing and future • State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or . tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and • all officers and employees thereof connected with the Work, including, but i 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, permit the • Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of . the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE i • 1116/12 • 7-5 Retainage From Monthly Payments. - Pursuant to Section 22300 of the • California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, • who shall return such securities to the Contractor upon satisfactory completion of the • Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the • Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to • bank or savings and loan certificates of deposit. • 7-6 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any • public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 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. 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. • PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7- PAGE 2 11/6/12 • • Unless further documentation is requested, the City shall respond to the claim within 45 • days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of • the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, • if the claim is less than $50,000. If the claim is more than $50,000, but less than • $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The • City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. • Where the said Section 1717 requires the services of a civil engineer registered in the • State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs • therefore shall be included in the Bid item price named in the Contract for completion of • the Work as set forth in the Contract Documents. 7-9 INSURANCE The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard • Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations: • INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract . with the City, appropriate insurance against claims for injuries to persons or damages to • property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Required • PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 3 • 11/6/12 • 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and • service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • include products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. • 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto • liability insurance is mandatory and cannot be waived. At a minimum this policy shall: • be written on a per occurrence basis; and • include coverage for Bodily Injury and Property Damage, Owned, Non-owned • and Hired Vehicles; and • • include coverage for owned, non-owned, leased and hired vehicles. If an automobile is not used in connection with the services provided by the • contractor, vendor or service provider, a written request to waive this requirement • should be made to the City's Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time • during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form available from the City's Risk Manager. At a minimum, this policy shall: • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. B. Minimum Limits of Insurance Coverage Required • $1 Million per Occurrence /$2 Million Aggregate. Umbrella excess liability may be used to reach the limits stated above. S C. General Standards for Insurance Policies All insurance policies shall meet the following standards: 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 4 11/7/12 • • • 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 underthe 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 • Spring s 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 "far any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). See Example A below. As an alternative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City." • 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mail return receipt requested has been given to the City." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its . agents or representative" is not acceptable and must be crossed out. See . Example B below. The Workers' Compensation and Employers Liability policies shall contain waiver of • subrogation clause in favor of City, its elected officials, officers, employees, agents • and volunteers. See Example C below. • PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 5 • 11/6/12 • 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 agentlbroker • or insurance underwriter. Failure to obtain the required documents prior to the • commencement of works hall not waiver the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance • The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the • following: • • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) and additional insured and/or loss-payee status, when appropriate, for the City. • • Binders and Cover Notes are also acceptable as interim evidence for up to 90 • days from date of approval F. Endorsement Language for Insurance Certificates Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. Example 13: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE • CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT w Cn11 I IOC TO MAIL S GH NOTICE CL1AI I�I AO()QC V`NO 081 ATION OR LIABILITY ITV Or AN V MAID UPON THE INSURER, ITC AGENTS OR, REPRESENTATIVES . *The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 6 • 1116/12 • s 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 provides the $1 million limit and, upon request, will • also provide auto insurance with the $1 million limit (only in conjunction with the • purchase of general liability insurance). SPARTA is only available during the time your company is under contract with the City. Insurance is provided on a per project basis and is overseen by the Municipality • Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: A. Personal services contracts; • B. General contractors and their subcontractors (certain specialty trades excluded); • C. Consultants; and D. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the insurance requirements apply to you (e.g., you do not have employees and are not • subject to the State workers' compensation insurance requirements; you do not . drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your • PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 7 • 11/6112 request to the Risk Manager. All requests for waiver or modification will be reviewed and a final determination rendered by the Risk Manager. i 7-10 PERMITS 7-10.1 National Pollution Discharge Elimination System (NPDES) Permit. This project is subject to the requirements of General Permit No. CAS000002 issued by . the State Water Resources Control Board. This permit regulates storm water • discharges associated with construction activities. NPDES permits are required for all • storm water discharges associated with a construction activity where clearing, grading, and excavation results in a land disturbance of 1 or more acres. Storm water discharges from a construction activity that results in a land disturbance of less than 1 acre, but • which is part of a larger common plan of development or sale, also require a permit. • Permits are required until construction is complete. The Contractor's attention is directed to the California Department of Transportation • (Caltrans) website at: • www.dot.ca.gov/hq/constructstormwater/manuals.htm The Caltrans website contains SWPPP templates and other important information necessary in the preparation of a SWPPP for public works projects. Additionally the Contractor shall guarantee that 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 66261 and 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. • Equipment refueling shall not occur within Municipal Separate Storm Water Sewer System. • Any oil or grease leaks shall be immediately cleaned up. The Construction Superintendent shall prepare a Construction Schedule and Best Management Practices (BMP) Sequencing Schedule for the project. PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 8 1117/12 • • 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. The Contractor shall allow authorized agents of the California Regional Water Quality Control Board (Regional Board), State Water Resources Control Board, U.S. Environmental Protection Agency, and local storm water management agencies, upon the presentation of credentials and other documents as may be required by law, to: 1. Enter, at reasonable times, upon the construction site and the Contractor's facilities pertinent to the work. • 2. Have access to inspector' records at reasonable times. 3. Inspect, at reasonable times, the construction site and related erosion and sediment control measures. 4. The Contractor shall grant Regional Water Board staff, or an authorized representative, upon presentation of credentials and other documents as may be required by law, to enter the project site at reasonable times, to ensure compliance • with the terms and conditions of the WQC and/or to determine the impacts the • project may have on waters of the United States. • 7-10.2 Payment — Full compensation for establishing and implementing, Best Management Practices (BMPs), and monitoring and maintaining the BMPs throughout the duration of this project shall be considered as included in the lump sum bid item price for `Initial Mobilization," which price shall include full compensation for furnishing • all labor, materials, tools, equipment, and incidentals for doing all work involved to establish, implement, monitor and maintain the BMPs, and no additional compensation shall be allowed therefore. • PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 9 • 11f7/12 • 7-10.3 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of • the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. • 7-10.4 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. • 7-11 SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final . acceptance of the project, the Contractor shall keep the work site clean and free from . rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section 7-15 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. • All cleanup costs shall be absorbed in the Contractor's bid. • Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation • will be allowed therefore. • 7-12 DUST CONTROL 7-12.1 General • A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of • this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the rp oiect, in conformance with City requirements, Section 7-8 of the Standard Specifications, and to the satisfaction of the City Engineer. PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 10 11/7112 • • 7-12.2 Dust Control Sign Requirements 7-12.2.1 Sign Materials and Fabrication. - The Contractor shall construct, erect, and maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the Contractor shall maintain the sign in good condition until the execution of the Notice of Completion, at • which time the Contractor shall remove the sign and deliver it to the City yard. The sign board shall be minimum 5.5-foot wide by 4-foot high, constructed as follows: a. 3/4" High Density Overlay exterior type plywood, Grade designation APA HDO EXT. • b. Two 4" x 4" posts securely buried not less than 36 inches into the ground. • No concrete shall be used to secure the sign posts. The posts shall be treated with linseed replacement oil tinted with redwood stain. C. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post. • d. The front surface of the sign should be painted in the contrasting colors of . a white background with black lettering. All paint shall be weather-proof non fading enamel. e. Commercially prepared metal signs mounted on steel posts are also • acceptable. • f. For large projects, signs shall be installed at 300 feet spacing along adjacent streets, or as required by the City Engineer. No handwritten signs will be accepted. Stenciled or professionally prepared signs are • required. 7-12.2.2 Sign Installation. — The sign shall be installed such that members of the public can easily view, access, and read the sing at all times and shall be located along • the street frontage such that it will not be subject to damage from equipment or vehicles • working at the project site. Additionally: a. The lower edge of the sign shall be mounted a minimum of 6 feet above existing ground level for easy viewing. • b. On the construction site the sign should be positioned so as to be visible from all major streets. c. For construction projects that are developed in phases, the sign should be relocated to the areas which are under active construction. 7-12.2.3 Sign Lettering. -The sign shall contain the following words in the top portion of the sign in minimum 1.5 and 2 inch high (as indicated in parentheses) bold face type letters: Project Name: (2") • Contractor: (2") • City Project No: (2") IF YOU SEE DUST COMING (2") FROM THIS PROJECT CALL (2") PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 11 11/7/12 • Underneath the sign shall contain the following words in the largest, minimum 3", bold face type letters: (PROJECT MANAGER'S NAME) (XXX) XXX-XXXX 9 The Contractor shall supply its Superintendent's or Project Manager's name and 24 hour telephone number. Underneath in smaller, minimum 1.5" bold face type letters shall be the following words: IF YOU DO NOT GET A RESPONSE, PLEASE CALL: • 8:00 a. in.—5:00 p.m. Monday to Friday: (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 0 Police Department . Or call A.Q.M.D.: 1-800-288-7664 • The sign planning, appearance, and layout shall substantially conform to the sketch • included in the 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 Initial Mobilization. 7-12.2.4 Sign Maintenance. — Dust Control Sign shall be maintained in good • condition by the Contractor at all times during the entire contract. In case of damage • to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. • 7-12.2.5 Payment. - Full compensation for providing 24 hour dust control and project 0 maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefore. • - END OF SECTION - r PALM SPRINGS SKATE PARK RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 7-PAGE 12 11/7/12 • • SECTION 8 - FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - • PALM SPRINGS SKATE PARK FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 8- PAGE 1 • 11/6112 • 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 • 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 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. i The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included . in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material- men. Payments shall be processed in accordance with Section 9-3 "Payment" of the Greenbook Standard Specifications for Public Works Construction, provided, however, • that the Contractor shall make an approximate measurement of the work performed prior to the closure date of each month to serve as the basis of an invoice for making monthly payments. The closure date shall be established as the last day of the month • PALM SPRINGS SKATE PARK MEASUREMENT AND PAYMENT CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 9- PAGE 1 • 11/6/12 • 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 City's recordation of a Notice of Completion with the County Recorder,or as prescribed by law, the amount deducted from the partial payments and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. • 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated • as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease-the quantity of any unit price item of • work, and shall have the right to delete any Bid item in its entirety, or to add additional • Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be a 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 S Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such • work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the . obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: • 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. PALM SPRINGS SKATE PARK MEASUREMENT AND PAYMENT • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 9-PAGE 2 . 1116/12 • 2. Installing temporary construction power, wiring and lighting facilities per • Paragraph 7-8.5 'Temporary Light, Power and Water" of the Standard Specifications and these Special Provisions. 3. Establishing fire protection systems as specified in these Special Provisions. 4. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4 "Sanitation"of these Standard Specifications. • 5. 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. 6. Arranging for, and erection of the Contractor's construction and storage yard, per • Section 7-10, "Public Convenience and Safety." 7. Obtaining and paying for all required bonds, insurance, and permits. 8. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 9. Having the Contractor's superintendent at the job site full-time. 10. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. • 11. Installing and maintaining Dust Control Sign. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5.3, "Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value • of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. • - END OF SECTION - • PALM SPRINGS SKATE PARK MEASUREMENT AND PAYMENT CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 9- PAGE 3 • 11/6/12 • SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record • construction including: 1. 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 delineating 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 of the Project—The project site is located at the south end of South Pavilion Way in the City of Palm Springs. 10-1.2.2 Order of Work — The first order of work shall be the ordering of all materials requiring long lead time, consistent with the requirements of Section 4-2.2 of these • Special Provisions. The Contractor shall order all long lead time supplies, materials and equipment within three (3)working days after the City has awarded the Contract. The second order of work shall be to install traffic control required for the work. The third order of work shall be to install initial Project Storm Water Pollution Prevention Control BMP's. • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10- PAGE 1 • 11/8/12 • S The Contractor shall construct the project in the following orders corresponding to the approved staged construction. The work includes, but is not limited to, the excavation • of footings for the administration building, construction of reinforced concrete footings of • retaining walls of the administration building, construction of concrete masonry retaining wall, removal and disposal of approximately 2,280 square feet (SF) of existing concrete sidewalks, removal and disposal of approximately 5,610 SF of existing asphalt concrete pavement, construction of approximately 4,660 SF of 3-inch thick asphalt concrete • paving over 6-inches miscellaneous base, grind 2-inch, 8,710 SF of existing asphalt concrete pavement and construct 2-inch asphalt concrete overlay and all miscellaneous works, per the Contract Plans, Specifications and Construction Schedule provided to the City of Palm Springs by the Contractor. The Contractor shall carry out the work, per • order of its Construction Schedule provided to the City of Palm Springs by the Contractor. 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic - Attention is directed to Sections 7-10, 'Public Convenience and Safety," of the Standard Specifications. 10-2.2 Field Operations - The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the • Engineer. All traffic control devices shall be removed from view and non-operational when • not in use. 10-2.3 Construction Signing - Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or • as 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, "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2010 EDITION ", or subsequent editions in force at the time of construction. These signs and barricades shall S be indicated on and be an integral part of the Traffic Control Plan. 10-2.4 Temporary No Parking Signs - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if • conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. • 10-2.5 Notice to Property Owners or Businesses - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 2 1118112 • • • • 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 Access and Control - The Contractor shall provide and maintain all • necessary traffic control to protect and guide traffic around all work in the construction • zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to • replace any part of these requirements. Local access shall be maintained to all properties • fronting the Work at all times. 10-2.7 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. 10-2.8 Public Safety During Non-Working Hours - Not-withstanding the Contractor's • primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-2.9 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, • complete, as required under the provisions of any permits, and in accordance with the • standard specifications and these special provisions. Payment for traffic control shall be made at the lump sum price Bid for "Traffic Control", • and no additional compensation shall be allowed therefore. 10-3 EARTHWORK 10-3.1 CLEARING AND GRUBBING All clearing and grubbing 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 in the • area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • 11012 • 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 t removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc., that is not slated for removal as part of the Contract, • repair and replacement shall be at least equal to the existing improvements prior to such • damage, all in accordance with requirements of the Contract Documents. The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at • its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. 10-3.1.2 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, sharing, 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 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 Approval of Repairs - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. • 10-3.1.4 Payment. — Payment for clearing and grubbing shall be considered as included I the various bid items of work, and no additional compensation shall be allowed therefore. • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS- SECTION 10-PAGE 4 1118112 • • • • 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 Tree Removal. - Existing trees within the area of the Work, shall be removed • and disposed of, including the portion of the tree above and below ground, as specified in Section 300-1.1 of the Standard Specifications, as shown on the Plans, and as directed by the Engineer. 10-3.2.3 Asphalt Concrete Pavement - Remove existing asphalt concrete pavement per demolition plan. 10-3.2.4 P.C.C. Sidewalk, Curb and Curb & Gutter: Portland cement concrete shall be • removed to neatly sawed edges, with saw cuts made to a minimum depth of one-half the • thickness of said concrete. The concrete to be removed shall be sawed in straight lines, either parallel to the curb or at right angles to the alignment of the existing concrete flatwork. Concrete shall be saw-cut to the nearest cold joint, weakened plane joint, or expansion joint in all directions, regardless of panel size or the distance from sawcut to • joint. 10-3.2.5 Payment • Payment for removal and disposal of existing trees shall be made at the unit price bid per each tree for "Remove Existing Trees", and no additional compensation shall be allowed therefore. • Payment for removal and disposal of existing asphalt pavement shall be made at the unit • price bid per square feet for "Remove and Dispose of Existing AC Pavement", and no additional compensation shall be allowed therefore. Payment for removal and disposal of existing sidewalk shall be made at the unit price bid • per square feet for "Remove and Dispose of Existing Concrete Sidewalk", and no • additional compensation shall be allowed therefore. Payment for removal and disposal of existing curb, and curb and gutter shall be made at the unit price bid per lineal feet for "Remove and Dispose of Existing Curb" and "Remove • and Dispose of Existing Curb and Gutter", and no additional compensation shall be allowed therefore. • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 5 1118112 • • 10-3.3 UNCLASSIFIED EXCAVATION • Unclassified excavation consists of all miscellaneous grading necessary to complete the various items of work. Natural grades adjacent to newly constructed improvements are to be backfilled and graded to elevations satisfactory to the Engineer. The existing median island landscape area is to be re-graded upon completion of curb installation to an elevation of 1 inch below the top of curb and continue at a maximum slope of 2 to 1 until existing natural grade is reached. All future concrete flatwork areas as indicated on project drawings are to be graded to a depth of 2" below the top of curb elevation and continue at a slope of 2% to the structural foundation location or undisturbed/existing improvements. Unclassified excavation is to be paid for within the various components of the work and no additional or separate compensation with be made for this item. • 10-3.3.1 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, backfill, 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." 10-3.3.2 Payment - Payment for unclassified excavation shall be considered as included in the various bid items of the work, and no additional compensation shall be • allowed therefore. 10-3.4 UNCLASSIFIED FILL • The Work shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications. However, the top 12-inches of subgrade and topsoil shall have a minimum relative compaction of 95 percent. The unclassified fill also includes backfill and compaction behind the curbs and curb and gutter; and grading of subgrade for • Administration Building and subgrade of 6-inch crushed miscellaneous base. • 10-3.4.1 Payment - All costs for unclassified fill shall be considered as included in the various bid items of the work, and shall include full compensation for all backfill, including • behind the curbs and curbs and gutters and grading. No additional compensation shall • be allowed therefore. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 6 11/8/12 • • • 10-3.4.2 Structure Excavation — The work shall conform to Section 300-3 "Structure Excavation and Backfill" of the Standard Specifications. The structure excavation • includes the Administration Building foundation and crawl space. 10-3.4.3 Payment—All costs for structure excavation shall be made at the unit price bid per cubic yards, for "Administration Building Foundation Excavation", and no additional • compensation shall be allowed therefore. The quantity listed in the Bid Schedule is Final. 10-4 SUBGRADE PREPARATION • 10-4.1 Subgrade Preparation - Preparation of subgrade shall conform to Section 301- • 1.2 of the "Greenbook" Standard Specifications. The subgrade shall have a minimum thickness of 24 inches. Pavement is to be placed on a crushed miscellaneous base. The top 6 inches of subgrade material shall be compacted to a relative compaction of 95 percent in accordance with the City of Palm Springs Street Pavement Requirements . Standard Drawing Number 110. However, subgrade material where curb, gutter, and • sidewalk is to be laid shall be compacted to a relative compaction of 95 percent in agreement with Section 301-1.3 of the "Greenbook" Standard Specifications. • 10-4.2 Grade Tolerance - Immediately prior to placing subsequent layers of material . thereon, the grading plane, at any point, shall not vary more than 0.05 feet above or below the grade established on the project plans. 10-4.3 Watering - Water for use in subbase preparation shall be potable, therefore, • there is no need to obtain reclaimed wastewater permits. Water shall be applied to • compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. 10-4.4 Payment - Payment for preparation of subgrade shall be considered as included in the various bid items of the work, and no additional compensation shall be allowed therefore. 10-5 CRUSHED MISCELLANEOUS BASE 10-5.1 Material - All base material shall be crushed miscellaneous base that has been imported to the site. 10-5.2 Imported Base Material - Base material shall conform to Section 200-2.4 "Crushed Miscellaneous Base" of the Standard Specifications. • 10-5.3 Payment - Payment for crushed miscellaneous base shall be made at the price • bid per square feet for "Construct 3-inch AC Paving Over 6-inch Crushed Miscellaneous S Base", and no additional compensation shall be allowed therefore. The payment includes all materials, labor, plant, equipment, furnishing all transportation, hauling, spreading, • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 7 11/8/12 0 compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions. • 10-6 CRACK FILLING 10-6.1 Description - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks greater than 1'/2" in width. 10-6.2 Material - Crack filling material for pavement cracks greater than 1'/2" in width shall be Type E AR 4000 asphalt concrete in accordance with Section 203-6 of the • Standard Specifications. • 10-6.3 Preparation of Cracks - All cracks to be filled shall be swept and cleaned by air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of • the crack. • 10-6.4 Asphalt Concrete Placement - Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and voids, and achieves required • density and compaction. 10-6.5 Payment- Payment for preparation of cracks and installation of Type E AR 4000 asphalt concrete pavement shall be made at the unit price bid per square foot for "Grind • 2-inch Existing AC Pavement and Construct 2-inch AC Pavement Overlay", and shall • represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-7 ASPHALT CONCRETE 10-7.1 COLD MILLING 10-7.1.1 General - All cold milling shall be performed in accordance with Section 302-1 of the Standard Specifications. 10-7.1.2 Uniform Thickness Cold Milling — The Contractor shall cold mill 2 inches of existing pavement as shown on the plans. • 10-7.1.3 Disposal Site - The Contractor shall specify the route and the disposal site for the material which is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not • stockpile any removals on any adjacent lots, with or without the property owner's • approval. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS- SECTION 10- PAGE 8 1118112 • • • . 10-7.1.4 Payment - Payment for 2-inch thick cold milling of asphalt concrete pavement • shall be made at the unit price bid per square foot in the Bid Schedules for "Grind 2-inch Existing AC Pavement and Construct 2-inch AC Pavement Overlay". Payment for 2-inch thickness cold milling of asphalt concrete pavement shall include cold milling to a depth of 1%2 inches below the lip of gutter regardless of the thickness of asphalt concrete actually • cold milled, and additional compensation shall not be allowed for areas where asphalt • concrete pavement has been built up above the gutter lip. The prices bid shall include full compensation for all labor, equipment, tools, and incidentals needed to complete the work in place, including provision of necessary materials, and placement and removal of • temporary asphalt concrete pavement, and no additional payment will be allowed • therefore. 10-7.2 Asphalt Concrete Pavement - Asphalt concrete pavement shall be laid in one lift. The lift shall consist of 3-inches of C2-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. • 10-7.3 Overlay - An overlay of 2-inch thick asphalt concrete, Type C2-AR4000, shall be applied at the locations shown on the plans. The overlay shall be placed after grinding the existing pavement down by 2-inches. • 10-7.3.1 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. 10-7.4 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. 10-7.5 Adjustment of Manholes to Grade - Manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard Drawing 402. 10-7.6 Measurement and Payment - Payment for Asphalt Concrete will be made at the • unit price bid per square foot for "Grind 2-inch Existing AC Pavement and Construct 2- inch AC Pavement Overlay' and "Construct 3-inch Asphalt Concrete (AC) paving over 6 inch Misc. Base" as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be included in the bid prices for asphalt concrete. • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 9 . 1118/12 • • Payment for placement of Asphalt Concrete shall be included in the bid item price for • asphalt concrete as specified in the standard specifications and in these special • provisions and as directed by the Engineer. Payment for adjustment of manholes to grade per City of Palm Springs Std. Dwg. 402, shall be considered as included in the contract bid price for "Construct 3-inch Asphalt • Concrete (AC) Paving Over 6-inch Misc. Base" in bid schedule, complete in place, including all excavation, backfill, removal and replacement of manhole frame and cover, removal and/or addition of filler rings, mortar, disposal of waste or excess materials, as required in C.P.S. Std. Dwg. 402 and as directed by the Engineer. • SECTION 10-8 NOT USED 10-9 PORTLAND CEMENT CONCRETE • 10-9.1 Material - Portland Cement Concrete of the class and type shown on the City Standard Drawings shall be used to construct new curb, gutter, cross gutter, spandrels, and access ramps. 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. 10-9.2 Curb - Construction of new curb shall conform to the City of Palm Springs 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. 10-9.3 Curb and Gutter - Construction of new curb and gutter shall conform to the City of Palm Springs 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 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. 10-9.4 Payment — Payment for construction of Portland cement concrete will be based on the unit price bid for the items shown in the bid schedule for "Construct 6-inch Curb, . per CPS Std. 200 Type Al", and for"Construct 6-inch Curb and Gutter, per CPS Std. 200 Type AY, complete and in place as shown on the plans, as specified in the Standard Specifications and in these Special Provisions and as directed by the Engineer, and no additional compensation shall be allowed therefore. • 10-9.5 Curb Face Transition (6-Inch to 1-Inch) - Curb face transitions shall be constructed of Portland cement concrete where indicated on the Construction Plans. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 10 11/6/12 • • • • Payment for"Curb face transition (6-inch to 1-inch) shall be considered as included in the • unit price bid for "Construct 6-inch Curb, per CPS Std. 200 Type Al", and for "Construct 6-inch Curb and Gutter, per CPS Std. 200 Type A3" and no additional compensation shall be allowed therefore. 10-9.6 ADA Access Ramp - Construction of access ramps shall conform to Caltrans • Standard Plan A88A, Case F. This ramp detail conforms to ADA standards as called for in the Plans. The details specified in this Standard Drawing shall govern, but the material and application details shall conform to Section 303-5 of the Standard Specifications. Payment — Payment for construction of ADA access ramp shall be made based on the unit price bid for "Remove and Construct ADA Access Ramp, per Plans" which shall include removal and disposal of existing handicap ramp and construction of the handicap • ramp including materials, labor and equipment, per Caltrans Standard Plan No. A88A. 10-9.7 Temporary Sidewalk — The Contractor shall construct 3" thick temporary sidewalk for access to the Swim Center. • Payment for construction of temporary sidewalk shall be made based on the unit price bid • for "Construct 3" PCC Temporary Sidewalk', and no additional compensation shall be allowed therefore. • 10-9.8 Reinforced Concrete Structures — This section includes the Specifications of . concrete for the footing of the concrete masonry retaining wall and footings for the Administration Building. 10-9.9 General Requirements — Concrete for all purposes shall be composed of • Portland Cement, aggregates and water of the quantities and qualities herein specified . and in the required proportions. The ingredients are to be well mixed and brought to the proper consistency and to have a compressive strength at the age of 28 days of not less than the amount shown in the following tabulation for each type of work listed: CONCRETE MINIMUM SACKS TYPE OF WORK POUNDS PER CLASS CEMENT/C.Y. SQUARE INCH A 6 CMU Retaining 4,000 • Wall Footings and Administration Building Footing 10-9.9.1 Material and Methods — All concrete materials, methods, forms and . proportioning shall conform to Sections 51 and 90 and additionally, curb construction shall conform to Section 73 of the Caltrans Standard Specifications, dated 2010. Combined aggregate grading for all concrete shall be in conformance with Section 90- • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS- SECTION 10- PAGE 11 . 11(a/12 • • 1.02C of the Caltrans Standard Specifications and the following tabulation for each type of work listed: TYPE OF WORK COMBINED AGGREGATE GRADING CMU Retaining wall 1-inch Minimum Footing and Administration Building Footing • Fly Ash may be substituted for cement, up to a maximum of 15 percent by weight for all concrete. Fly Ash shall meet the standards of ASTM Designation: C-618. When Fly Ash is used, water reducing agents meeting ASTM Designation: C-494 will be permitted in . amounts recommended by the supplier and approved by the Engineer. • No other admixture shall be used in ay class of concrete without written permission from the Engineer. Supplementing Section 90-1.01 of the Caltrans Standard Specifications, prior to placement of any concrete the Contractor shall submit mix design, for all types of concrete to be placed, to the Engineer for approval. The concrete delivered to the job site shall be accompanied by a ticket containing the weight of each of the individual ingredients in the mix. 10-9.10 General Reinforcing Steel Requirements — Reinforcing steel for reinforced • structures and retaining wall shall be Grade 60 Billet-Steel. The reinforcing steel for use • in structures constructed from the State of California, Department of Transportation Standard Plans shall be of Grade 60 or as called for on the plans. Cleaning, bending, placing and spacing of reinforcement shall conform to the applicable provisions of Section 52 of the State Standard Specifications and to the drawings. The Contractor shall furnish • a "Certificate of Compliance" with the Specifications of ASTM Designation A-615. All • splices shall conform to the requirements of A.C.I. Manual, Standard 318-02. Splices requested by the Contractor for his convenience shall be subject to approval by the Engineer. 10-9.11 Consistency — The consistency of the concrete shall be such as to allow it to be worked into place without segregation. Unless otherwise specified, the slump shall be +♦ 3-inches plus or minus 1-inch for all concrete. The slump test shall be performed in accordance with the requirements of ASTM Designation: C-143. Slumps greater than those specified may be cause for rejection of the concrete by the Engineer. 10-9.12 Payment — Payment for concrete for Concrete Masonry Unit (CMU) retaining wall footings and for the Administration Building footing shall be based on the unit price bid per cubic yard for "Administration Building — Concrete Footing (Including Formwork)" PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 12 • 11/8/12 • • and shall constitute full compensation for forming, placing, backfilling and no additional • compensation shall be allowed therefore. Payment for steel reinforcing in footings of CMU retaining wall and Administration Building shall be based on the unit price bid per ton for "Administration Building Footing Steel . Reinforcement and Retaining Wall Steel Reinforcement' and shall constitute full • compensation for cutting, bending and complete and in place as shown on the plans and no additional compensation shall be allowed therefore. . Payment for P.C.C. items shall include full compensation for construction of P.C.C. items • including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, furnishing and • setting of expansion joint material, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. 10-10 CONCRETE MASONRY UNIT 10-10.1 Summary 10-10.1.1 Work Includes -This Section includes the furnishing and installation of concrete masonry units, reinforcing steel, miscellaneous masonry accessories and masonry cleaners. 10-10.1.2 References - r A. American Concrete Institute (ACI) 315-92 Details and Detailing of Concrete Reinforcement • 530/ASCE 5 Building Code Requirements for Masonry Structures 530.1/ASCE 6 Specifications for Masonry Structures B. American Society for Testing and Materials (ASTM) . A36 Specification for Structural Steel A82-95A Specification for Steel Wire, Plain, for Concrete Reinforcement A123 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products A153 Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10- PAGE 13 • 11/8/12 A185-94 Specification for Steel Welded Wire Fabric, Plain, for • Concrete Reinforcement A307-94 Specification for Carbon Steel Bolts and Studs, 60,000 PSI • Tensile Strength A366 Specification for Steel, Carbon, Cold-Rolled Sheet, Commercial Quality A496-95a Specification for Steel Wire, Deformed, for Concrete S Reinforcement • A497-95 Specification for Welded Wire Fabric, Deformed, for • Concrete Reinforcement • A525 Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process • A615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement C90-97 Specification for Load-Bearing Concrete Masonry Units C140-96b Method of Sampling and Testing Concrete Masonry Units C150-97 Specification for Portland Cement C207 Specification for Hydrated Lime for Masonry Purposes C780-96 Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry C979 Specification for Pigments for Integrally Colored Concrete C1019-89a Test Method of Sampling and Testing Grout D226 Specification for Asphalt Saturated Organic Felt Used in Roofing and Waterproofing . C1019-89a Test Method of Sampling and Testing Grout D226 Specification for Asphalt Saturated Organic Felt Used in Roofing and Waterproofing D1056-97a Specification for Flexible Cellular Materials - Sponge or Expanded Rubber D2000-96 Classification System for Rubber Products in Automotive Applications D2287-96 Specification for Non-rigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS . CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10- PAGE 14 . 1118/12 • • E119 Method for Fire Tests of Building Construction and Materials E447 Methods for Compressive Strength of Masonry Prisms C. Masonry Codes and Specifications • D. National Concrete Masonry Association (NCMA) E. International Building Code (IBC): Chapter 21 Masonry 10-10.1.3 Definitions • A. Parging: The process of applying a coat of cement mortar to the back of the facing material, the face of the backing material, the face of rough masonry, and the earth side of foundation and basement walls (sometimes referred to as pargeting). 10-10.1.4 Submittals —The Contractor shall submit the following: A. Product Data: Submit product data for each different concrete masonry unit, accessory and other manufactured product indicated. B. Asbestos-free and lead-free certification for all masonry materials and accessories. C. Concrete masonry unit samples, for initial selection purposes, in small-scale form showing full extent of colors and textures available for each different exposed • masonry unit required. D. Material certificates for the following, signed by manufacturer and Contractor • certifying that each material complies with requirements. 1. Each different cement product required for mortar and grout, including • name of manufacturer, brand, type, and weight slips at time of delivery. 2. Each material and grade indicated for reinforcing bars. 3. Each type and size of joint reinforcement. 4. Each type and size of anchors, ties, and metal accessories. 10-10.1.5 Quality Assurance • A. Fire Performance Characteristics: Where indicated on the drawings, provide materials and construction identical to those of assemblies whose fire resistance has been determined per ASTM E119 by Underwriter's Laboratories. B. Single-Source Responsibility for Masonry Units: Obtain concrete masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each surface or visually related surfaces. . PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 15 . 11/8/12 • C. Single-Source Responsibility for Mortar Materials: Obtain mortar ingredients of • uniform quality, including color for masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. D. All masonry units shall be sound, free of cracks or other defects that may interfere with the proper placing of the unit or impair the strength of construction. E. Where units are to be used in exposed wall construction, the exposed masonry faces shall not show chips or cracks, or imperfections when viewed from a distance of not less than 20 feet (6.1 m) under diffused lighting. • 10-10.1.6 Delivery, Storage and Handling A. Deliver masonry materials to project in undamaged condition. B. Store and handle masonry units off the ground, under cover, and in a dry location to prevent their deterioration or damage due to moisture, temperature • changes, contaminants, corrosion, and other causes. If units become wet, do not place until units are in an air-dried condition. C. Store cementitious materials off the ground, under cover, and in dry location. D. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. Store different aggregates separately. E. Store masonry accessories including metal items to prevent corrosion and • accumulation of dirt and oil. F. Protect reinforcement, ties, and metal accessories form permanent distortion and store them off the ground. 10-10.1.7 Project Conditions A. Protection of Masonry: During erection, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. Extend cover a minimum of 24 inches (610 mm) down both sides and hold cover securely in place. B. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Remove immediately any grout, mortar, and soil that come in contact with such masonry. • 1. Protect base of walls from rain-splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. • 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of windows and door frames, as well as similar products with painted and integral finishes from mortar droppings. C. Hot-Weather Construction: Protect masonry construction from direct exposure to wind and sun when erected in ambient temperature of 900 F (32" C) or greater in the shade, with a relative humidity less than 50%. • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12.06 SPECIAL PROVISIONS-SECTION 10-PAGE 16 . 11/6/12 • • 1. Do not spread mortar beds more than 4 feet (1.2 m) ahead of masonry. Set masonry units within one minute of spreading mortar. Dampen, but do not saturate masonry units immediately before installation. 2. Mortar can be re-tempered with cool water only once to maintain consistency. 3. Protection: When the mean daily temperature exceeds 100' F (38' C) or exceeds 900 F (320 C) with a wind velocity greater than 8 mph, fog spray . all newly constructed masonry until damp, at least three times a day until S the masonry is three days old. 10-10.2 Concrete Masonry Units A. Load-Bearing Concrete Masonry Units: ASTM C90, and as follows: 1. Unit Compressive Strength: Provide units with minimum average net area compressive strength of 1900 psi (13100 kPa). • 2. Size: Provide manufacturer's standard units with nominal face dimensions of 8" wide x 8" high x 16" long (203 mm wide x 203 mm high x 406 mm long), actual dimensions 7-5/8" x 7-5/8" x 15-5/8" (194 mm x 194 • mm x 397 mm), unless otherwise indicated. 3. Provide Type I, moisture-controlled units. 4. Weight Classification: Normal weight. B. Provide special shapes where indicated and as follows: 1. For lintels, corners, jambs, sash, control joints, headers, bonding, and • other special conditions. 2. Bullnose units for outside corners where indicated. 3. Square-edge units for outside corners, except where indicated as bullnose. C. Exposed Faces: Where special finishes are indicated, provide units with the following: 1. Standard aggregate, split face or split face-fluted finish. 2. Standard aggregate, slump finish. 3. Scoria aggregate, smooth face, split face or split face-fluted finish. 10-10.2.1 Reinforcement A. Steel Reinforcing Bars: ASTM A615, Grade 60. B. Deformed Reinforcing Wire: ASTM A496. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 17 • 11/8/12 • • C. Plain Welded Wire Fabric: ASTM A185. D. Deformed Welded Wire Fabric: ASTM A497. E. Joint Reinforcement: 9 gage deformed side rods and diagonal rods, in accordance with ASTM A951. 1. Galvanized in accordance with ASTM A641 for internal applications and ASTM A153 for external applications. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering joint reinforcement that may be incorporated in the work include, but are not limited to, the fallowing or Equal: AA Wire Products Co. Duro-Q-Wal, Inc. Hohmann & Barnard, Inc. Masonry Reinforcing Corp. of America Southern Construction Products, Inc. 10-10.2.2 Ties and Anchors A. Galvanized Carbon Steel Wire: ASTM A82, hot-dip galvanized after fabrication to comply with ASTM A153, Class B2. Wire diameter 0.1875 inch (4.76 mm), unless otherwise indicated. B. Galvanized Steel Sheet: ASTM A366 (commercial quality) cold-rolled carbon steel sheet hot-dip galvanized after fabrication to comply with ASTM A525, for sheet metal ties and anchors. Minimum thickness 0.0598 inch (16 gage) (1.52 . mm), unless otherwise indicated. C. Steel Plates and Bars: ASTM A36, hot-dip galvanized to comply with ASTM A123 or ASTM A153, Class B3, as applicable to size and form indicated. D. Bent Wire Ties: Individual units prefabricated from bent wire to comply with ; requirements indicated below: 1. Tie Shape for Hollow Masonry Units Laid with Cells Vertical: Rectangular with closed ends and not less than 4 inches (102 mm) wide. 2. Tie Shape for Solid Masonry Unit Construction: Z-shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches (51 mm) long. E. Adjustable Anchors for Connecting Masonry to Structural Framework: Provide two-piece assemblies as described below allowing vertical or horizontal differential movement between wall and framework parallel to plane of wall, but resisting tension and compression forces perpendicular to it. 1. For anchorage to concrete framework, provide manufacturer's standard with dovetail anchor section formed from sheet metal and triangular- • shaped wire tie section sized to extend within 1 inch (25 mm) of masonry face. Wire diameter 0.1875 inch ( 4.76 mm). PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 18 • 11/8/12 • • 2. For anchorage to steel framework provide manufacturer's standard • anchors with crimped 1/4-inch (6.35 mm) diameter wire anchor section for welding to steel and triangular-shaped wire tie section sized to extend within 1 inch (25 mm) of masonry face. Wire diameter 0.1875 inch (4.76 • mm). • F. Rigid Anchors: Provide straps of form and length indicated, fabricated from • metal strips of following width and thickness. t 1. 1-1/2 inches (38.1 mm) wide by 1/4 inch (6.35 mm) thick, unless otherwise indicated. . G. Miscellaneous Anchors 1. Unit Type Masonry Inserts in Concrete: Cast iron or malleable iron inserts • of type and size indicated. 2. Dovetail Slots: Furnish dovetail slots, with filler strips, of slot size • indicated, fabricated from 0.0336-inch (22-gage) (0.8534 mm) sheet . metal. 3. Anchor Bolts: Steel bolts complying with A307, Grade A; with ASTM A563 hex nuts and, where indicated, flat washers; hot-dip galvanized to comply with ASTM A153, Class C; of diameter, length and type indicated on the drawings. H. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work include, but are not limited to, the following or Equal: AA Wire Products Co. Duro-O-Wal, Inc. Heckman Building Products, Inc. Hohmann & Barnard, Inc. Masonry Reinforcing Corp. of America Southern Construction Products, Inc. i10-10.2.3 Miscellaneous Masonry Accessories - • A. Nonmetallic Expansion Joint Strips: Premolded neoprene filler strips complying with ASTM D1056, Type 2 (closed cell), Class A (cellular rubber and rubber-like materials with specific resistance to petroleum base oils), Grade 1 (compression- deflection range of 2-5 psi (14 - 35 kPa)), compressible up to 35 percent, of . width and thickness indicated. B. Preformed Control Joint Gaskets: styrene-butadiene rubber compound ASTM • D2000, Designation 2AA-805., designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Bond Breaker Strips: Asphalt-saturated organic roofing felt complying with ASTM D226, Type I (No. 15 asphalt felt). • PALM SPRINGS SKATE PARK - CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS• SECTION 10- PAGE 19 • 11/8/12 • D. Weep Holes: Medium-density round plastic polyethylene tubing, 3/8-inch (9.53 • mm) outside diameter by 4 inches (102 mm) long. • E. Waterproofing: Provide Prime-a-Pell 200 water repellent by Chemprobe Corp. • on all exterior exposed CMU or paint according to requirements in Section • 10.10.3 Execution • 10-10.3.1 Examination A. Examine conditions for compliance with requirements for installation tolerances and other specific conditions, and other conditions affecting performance of concrete masonry unit. • B. Do not proceed until unsatisfactory conditions have been corrected. 10.10.3.2 Preparation A. Clean all reinforcement by removing mud, Oil, or other materials that will • adversely affect or reduce bond at the time mortar or grout is placed. . Reinforcement with rust and/or mill scale will be accepted, provided the dimensions and weights, including heights of deformations, are not less than required by the ASTM specification covering this reinforcement in this Specification. B. Prior to placing masonry, remove laitance, loose aggregate, and anything else that would prevent mortar from bonding to the foundation. C. Do not wet concrete masonry prior to installation, unless otherwise indicated. e 10.10.3.3 Installation A. General: 1. Thickness: Build masonry construction to the full thickness shown, using i units of nominal thickness indicated. 2. Cut masonry units with motor-driven saws to provide clean, sharp, un- S chipped edges. Cut units as required to provide continuous pattern and to fit adjoining construction. Use full-size units without cutting where possible. • B. Masonry erection: 1. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint widths and for accurately locating openings, movement- type joints, returns, and offsets. Avoid the use of less-than-half-size units at corners, jambs, and where possible at other locations. 2. Erect walls to Comply with specified construction tolerances, with courses accurately spaced and coordinated with other construction. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 20 11/8/12 • • w 3. Lay all exposed masonry in one-half running bond with vertical joint in each course centered on units in courses above and below, do not use units with less than nominal 4-inch (102 mm) horizontal face dimensions at comers or jambs. 4. Lay all concealed masonry with all units in running bond or bonded by • lapping not less than 2 inches (51 mm). Bond and interlock each course at corners. Do not use units with less than nominal 4-inch (102 mm) horizontal face dimensions at comers or jambs. 5. Stopping and Resuming Work: In each course, rack back 1/2-unit length; do not tooth. Clean exposed surfaces of set masonry, and remove loose masonry units and mortar prior to laying fresh masonry. 6. Built-In Work: As construction progresses, build in items specified under . this and other sections of the Specifications. Fill in solidly with masonry around built-in items. • a. Fill space between hollow metal frames and masonry solidly with • mortar, unless otherwise indicated. b. Where built-in items are to be embedded in cores of hollow • masonry units, place a layer of metal lath in the joint below and rod mortar or grout into core. • C. Fill cores in hollow concrete masonry units with grout 3 courses under bearing plates, beams, lintels, posts, and similar items, or as otherwise indicated on the contract drawings. S 10-10.3.4 Construction Tolerances A. Dimension of Elements 1. In cross section or elevation........... .1/4 in, +1/2 in. (-6.35 mm, + 12.7 mm) 2. Mortar joint thickness bed ............................................................................±1/8 in. (+ 3.18 mm) head .......................................... .1/4 in., +3/8 in. (- 6.35 mm, + 9.53 mm) collar........................................... .1/4 in., +3/8 in. (-6.35 mm, + 9.53 mm) Initial bed joint shall not be less than 1/4 inch (604 mm) or more than 1 inch (24 mm). 3. Grout space or cavity width........... .1/4 in., +3/8 in. (-6.35 mm, + 9.53 mm) B. Elements 1. Variation from level: bed joints..........................................±1/4 in. in 10 ft.(± 6.35 mm in 3.05 m) ......... ..........................................................±1/2 in. maximum (± 12.7 mm) top surface of bearing walls ............+114 in. in 10 ft. (+ 6.35 mm in 3.05 m) r♦ ....................................................................+1/2 in. maximum (± 12.7 mm) • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 21 11/8/12 • w 2. Variation from plumb........................+1/4 in. in 10 ft.(+ 6.35 mm in 3.05 m) . +3/8 in. in 20 ft. (± 9.53 mm in 6.1 m) ....................................................................±1/2 in. maximum (± 12.7 mm) 3. True to a line...................................+1/4 in. in 10 ft. (+ 6.35 mm in 3.05 m) ..........................................................+3/8 in. in 20 ft. (+ 9.53 mm in 6.1 m) .................... ...............................................+1/2 in. maximum (+ 12.7 mm) 4. Alignment of columns and walls (bottom versus top) ..........................................................+1/4 in. for bearing walls (+ 6.35 mm) ...........................I.......I................+1/2 in. for nonbearing walls (+ 12.7 mm) C. Location of Elements . 1. Indicated in plan................................+1/2 in. in 20 ft. (+ 12.7 mm in 6.1 m) ..+3/4 in. maximum (+ 19.1 mm) 2. Indicated in elevation ........................... +1/4 in. in story height (+ 6.35 mm) ....................................................................+3/4 in. maximum (+ 19.1 mm) 10-10.3.5 Placing Mortar and Units A. Hollow concrete units: • 1. Face shells of bed joints fully mortared. 2. Webs are fully mortared in all courses of piers, columns, and pilasters, in the starting course on foundations, when necessary to confine grout or loose-fill insulation, and when otherwise required. 3. For starting course on footings where cells are not grouted, spread out full t mortar bed including areas under cells. B. Cut joints flush for masonry walls to be concealed or to be covered by other materials, unless otherwise indicated. • 10-10.3.6 Reinforcement Installation A. Place reinforcement in accordance with the sizes, types, and locations indicated on the contract drawings. Horizontal reinforcement may be placed as the masonry work progresses. B. Reinforcement shall be secured against displacement prior to grouting by wire positioners or other suitable devices such as wire tying, at intervals not • exceeding 200 bar diameters. C. Tolerances: Placement of reinforcement in walls and flexural elements shall be: 1. + 1/2 inch (13 mm) when the distance from the centerline of steel to the opposite face of masonry, d, is equal to 8 inches (203 mm) or less 2. + 1 inch (25 mm) for d equal to 24 inches (600 mm) or less but greater than 8 inches (203 mm) i PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10- PAGE 22 11/8/12 • • • 3. ± 1-1/4 inch (32 mm) ford greater than 24 inches (600 mm). 4. + 2 inches for longitudinal location of reinforcement. D. Clearance between reinforcing steel and the surface of the masonry shall be not less 1/4 inch (6.4 mm) for fine grout and 1/2 inch (12.7 mm) for coarse grout. p E. Do not bend reinforcement after it is embedded in grout or mortar, unless directed by the City Engineer.. F. Horizontal Joint Reinforcement: Provide continuous horizontal joint reinforcement as indicated. Install longitudinal side rods in mortar for their entire i length with a minimum cover of 5/8 inch (15.9 mm) on exterior side of walls, 1/2 inch (12.7 mm) elsewhere. Lap reinforcing a minimum of 6 inches (152 mm). 1. Cut or interrupt joint reinforcement at control and expansion joints, unless • otherwise indicated for structural considerations. 2. Provide continuity at corners and wall intersections by use of prefabricated "L" and "T" sections. Cut and bend reinforcement units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions. 10-10.3.7 Movement (Expansion) Joints • A. Install expansion joints in the masonry units. Do not form a continuous span through movement joints unless provisions are made to prevent in-plane restraint of wall or partition movement. B. If location of control joints is not indicated on the contract drawings, place vertical joints spaced not more than 30 feet (9.1 m) o.c. Locate control joints at points of natural weakness in masonry work. 10-10.3.8 Lintels A. Install steel lintels where indicated. • B. Provide masonry lintels where shown and wherever openings of more than 2'-0" (610 mm) for block size units are shown without structural steel or other supporting lintels. Provide precast or formed-in-place masonry lintels. Cure • precast lintels before handling and installation. Temporarily support formed-in- place lintels. C. For hollow concrete masonry unit walls, use specially formed bond beam units . with reinforcement bars placed as indicated and filled with coarse grout. D. Provide minimum bearing of 8 inches (203 mm) at each jamb, unless otherwise indicated. 10-10.3.9 Weep Holes . PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 23 11/8/12 • • A. Install weep holes in the head joints of the first course of masonry immediately above embedded flashings and as follows: . 1. Form weep holes with product specified in Part 2 of this Section. 2. Space weep holes 24 inches (610 mm) o.c., unless otherwise indicated. 10-10.3.10 Installation and Grouting of Reinforced Masonry Unit A. Temporary Formwork: Construct formwork and shores to support reinforced masonry elements during construction. • B. Construct formwork to conform to shape, line, and dimensions shown. Make sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of t reinforced masonry. C. Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist displacement of masonry units and breaking of mortar bond. • D. All cells and spaces containing reinforcement shall be filled with grout. E. Prior to grouting, grout space shall be cleaned so that all spaces to be filled with grout do not contain mortar drippings, debris, loose aggregates, and any material deleterious to masonry grout. • F. Place reinforcement and ties in grout spaces prior to grouting. Bolts shall be accurately set and held in place to prevent dislocation during grouting. • G. Grouting of any section of wall shall be completed in one day with no interruption greater than one hour. . H. Cleanouts: Provide cleanouts in the bottom course of masonry for each grout pour, when the grout pour height exceeds 5 feet (1.5 m). • 1. Provide cleanouts adjacent to each vertical bar. 2. In solid grouted masonry, space cleanouts horizontally a maximum of 32- inches (813 mm) o.c. 3. Construct cleanouts with an opening of sufficient size to permit removal of debris. Minimum opening dimension shall be 3-inches (76 mm). 4. Cleanouts shall be sealed after inspection and before grouting. I. Place grout within 1 1/2 hour from introducing water in the mixture and prior to • initial set. J. Grout Lift Height: Place grout in lifts not exceeding 5 feet (1.5 m). K. Consolidation: Consolidate grout at the time of placement. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 24 • 1118/12 r . 1. Consolidate grout pours 12 inches (305 mm) or less in height by ' mechanical vibration or by puddling. 2. Consolidate pours exceeding 12 inches (305 mm) in height by mechanical • vibration and reconsolidate by mechanical vibration after initial water loss • and settlement has occurred. i 10-10.3.11 Parging A. Parge predamened masonry walls where indicated with Type S or N mortar applied in two uniform coats to a total thickness of 34-inch (19.05mm). Scarify first parging coat to ensure full bond to subsequent coat. B. Use a steel-trowel finish to produce a smooth, flat, dense surface with a maximum surface variation of 118 inch per foot (3.175 mm per m). Form a wash at top of parging and a cove at bottom. C. Damp cure parging for at least 24 hours and protect until cured. 10-10.3.12 Repairing, Pointing and Cleaning A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or if units do not match adjoining units. Install new units to • match adjoining units and in fresh mortar or grout, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. Point-up all joints including comers, openings, and adjacent construction to provide a neat, uniform appearance, • prepared for application of sealants. C. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 3. Wet wall surfaces with water prior to application of cleaners; remove cleaners promptly by rinsing thoroughly with clear water. • 4. Leave the work area and surrounding surfaces clean and free of mortar, . spots, droppings and broken masonry. Remove defective or broken work and install new work. D. Waterproofing: After completion of final cleaning, apply waterproofing according to the manufacturer's installation instructions ensuring that all exposed masonry surfaces receive full coverage. s PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 25 11/8112 • i • • • 10-10.3.13 Measurement and Payment - Payment for Concrete Masonry Wall (CMU) shall be included in the unit price bid per square foot for "Masonry Wall —8-inch • Thick" and "Masonry Wall— 16-inch Thick" which include full compensation for furnishing all labors, materials, tools, equipment, backfilling to the elevation as shown on the plans • and no additional compensation shall be allowed therefore. 10-10.3.14 Measurement and Payment - Payment for Reinforcing steel for the CMU • Wall shall be included in the unit price bid per ton for "Administration Building Footing • Steel Reinforcement and Retaining Wall Steel Reinforcement" which include full compensation for furnishing all labors, materials, tools, equipment to provide the steel, bend and complete in place per plans and no additional compensation shall be allowed therefore. 10-11 DECORATIVE LIGHT POLE RELOCATION 10-11.1 General - The "Area Light Pole Foundation Locations" as shown on the plans • is provided to reflect the general locations of the proposed area light pole foundations only. The actual locations will be marked in the field by the Engineer prior to the • commencement of the Work. . 10-11.2 The Contractor's Responsibilities - The Contractor shall remove and re- • install all electrical conduit, conductors, and any other appurtenant structures, and shall • re-install the area light pole foundations and light pole and lamps, per direction of the City . Engineer. • 10-11.3 Electrical Requirements - All electrical conduit, conductors, and any other appurtenant structures shall be rated for direct burial and exterior exposures as per the • National Electric Code of the National Fire Protection Association, latest edition. 10-11.4 Trenching, Conduit, and Conductors - The Contractor shall construct the • trenching, and shall provide and install the 3/4-inch and 1-1/2-inch diameter rigid steel electrical conduit and pull ropes as directed by the City Engineer. The relocation of decorative lights shall include installation of new conductors from existing junction box to the nearest pull box. The new conductors shall not be spliced. • i 10-11.5 Foundations - Foundations location shall be specified on the site by the City . Engineer. • 10-11.6 Payment - Payment for construction of light pole foundations and decorative lights relocation shall be made based on the unit price bid for"Relocate Decorative Lights • Including Foundation Construction", and no additional compensation shall be made therefore. • The Contract price paid for said construction, provision, and installation shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for . performing all construction involved in trenching, backfill, and compaction of the PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS . CITY PROJECT NO. 12-06 SPECIAL PROVISIONS- SECTION 10- PAGE 26 11/8/12 • • • foundations and conduit trench, conduit and pull rope provision and installation, concrete foundation construction, pull box provision and installation, and other incidentals and appurtenances required to provide a complete and operational installation, as directed by the City Engineer and the Standard Specifications, and no additional compensation shall be made therefore. 10-12 LANDSCAPING AND UNDERGROUN IRRIGATION SYSTEMS 10-12.1 IRRIGATION SYSTEM The Contractor shall protect and modify the existing irrigation system which is damaged during construction as directed by the Engineer, and in accordance with the Uniform Plumbing Code, 1994 edition. The irrigation components for the median island are to be intercepted and extended as necessary to provide irrigation to the modified median landscaping, including the installation of irrigation sprinklers necessary to cover the landscape area. One-half Inch P.V.C. irrigating piping: - The Contractor shall supply and install new 1/2- inch P.V.C. Schedule 40 pipe for laterals and new 1/2-inch P.V.C. Schedule 80 pipe for risers. All pipe joints shall be solvent welded using solvent cement and methods per the pipe manufacturer's recommendations. Pipe joints shall be thoroughly cleaned of all dirt, dust, moisture, and other foreign debris before applying solvent cement. The ends of • each pipe shall be properly capped. • The Contractor shall supply and install new 3-inch P.V.C. Schedule 40 pipes under the new curb and gutter as sleeves for the irrigation pipes, as shown on the plans. The total length of the 3-inch PVC sleeves will be 40 feet (4x10'). All irrigation pipes shall be installed a minimum of 18-inches below finished grade. All trenching, pipe bedding, backfill, and compaction shall be done in accordance with the Standard Specifications, and the top 12-inches of trench backfill or topsoil shall be compacted to a minimum relative compaction of 90 percent. Payment for irrigation system modification shall be made based on the lump sum price bid for "Modification of Landscape Irrigation System" which include full compensation for . all materials, labor, equipment, and services required to construct the work, and no additional compensation will be made therefore. 10-12.2 SITE GRADING • 10-12.2.1 Perform grading within contract limits to new elevations, levels, and • contours indicated. Provide sub-grade surface parallel to finished surface grades. The grades and elevations shown on plans are finished grades. Contractor is responsible • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 27 • 1118/12 • for all grading, mounding and excavating to comply with contours and elevations shown on the plans. . Unless shown or noted otherwise on the plans, all finish grades are to be level 1'Y2-inch — 2-inches below top of curb or adjacent hardscape. The contours and elevations for mounding shown on the plans indicate the height above finish grade (1'% "-2" below top of curb). The contours and elevations for all depressions shown on plans indicate the elevation below finish grade (1'/2'-2" below top of curb). Refer to plans for maximum mound heights, contouring and location of bottom of • slopelstart of mound. All mounds and depressions shall have a maximum 2:1 (horizontal/vertical) slope and smooth even transitions with no abrupt slope/grade changes. . 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. All grading, mounding and excavating shall be completed • and approved by the Engineer prior to commencement of irrigation and planting installation. 10-12.2.2 Owners 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. 10-12.2.3 Payment for site grading shall be considered as included in the various bid S items of the Bid Schedule, and no additional compensation will be made therefore. S 10-13 SIGNAGE 10-13.1 Removal of Existing Signs - All existing signs shall be removed from existing ; locations. All sign posts shall be excavated and removed entirely. Removal of signs, shall conform to Section 10-3.1 "Clearing and Grubbing" of these special provisions and all references made therein. Existing signs shall be replaced with salvaged and reused signs upon construction of new sidewalk. 10-13.2 Signs - The Contractor shall be responsible for the removal and relocation of all existing signs and posts, and the provision and installation of all new regulatory, warning, and guide signs and posts per City of Palm Springs Standard Drawing No. 624, • as shown on the Drawings and as specified in the Special Provisions. The Contractor . shall also be responsible for removal and salvage to the City's Corporation Yard of all existing signs and posts. The Contractor shall execute the utmost care to not damage r the existing signs, and the Contractor shall replace any damaged signs at its expense. PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS • CITY PROJECT NO.12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 28 11/8/12 10713.3 Sign Post and Sleeve Installation - New and relocated signs shall be installed using new telespar posts and anchor sleeves except as where shown on the Drawings. Sign posts shall be 2-inches wide by 2-inches deep and of sufficient length to extend from the top of the sign(s) to a minimum of 8-inches into the anchor sleeve, and shall provide a • minimum of 7 feet of clearance between the finished grade elevation and the bottom of • the lowest sign. The anchor sleeve shall extend from 1- to 2-inches above finished grade and shall be 2-1/4-inches wide by 2-1/4-inches deep by 30-inches long. The sign post i shall be attached to the anchor sleeve utilizing 2 "Unistrut," No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts • using the drive rivets specified herein. 10-13.4 Payment - Payment for signage shall be made based on the unit price bid for i `Relocate Traffic Sign", and no additional compensation shall be allowed therefore. 10-14 STRIPING AND PAVEMENT MARKERS 10-14.1 Paint - Paint for curbs and pavement shall conform to section 214-1 "General' • and section 214-4.2 "White, Yellow, and Black Traffic Line Paint" of the Standard iSpecifications. All existing striping, markings, symbols, and curb paint shall be replaced at • the same locations and with the same colors as existing. 10-14.2 Pavement Markings - Pavement markings shall conform to the provisions in . Section 214-5 'Thermoplastic Material for Traffic Striping and Markings," of the Standard • Specifications and these Special Provisions. Pavement striping and markings shall be applied in accordance with section 314-4 of the standard specifications. 10-14.3 Payment — Payment for pavement markings and striping shall be made at the lump sum prices bid for 'Pavement Striping and Marking", and no additional compensation shall be allowed therefore. i - END OF SECTION - • • PALM SPRINGS SKATE PARK CONSTRUCTION DETAILS CITY PROJECT NO. 12-06 SPECIAL PROVISIONS-SECTION 10-PAGE 29 . 11/8112 i • • CITY OF PALM SPRINGS i PUBLIC WORKS AND ENGINEERING DEPARTMENT i • PART III - APPENDIX • • PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 • City of Palm Springs Standard Drawings: Dwg. No. 110 Street Pavement Requirements Dwg. No. 115 Trench and Pavement Replacement Detail • i Dwg. No. 200 Curbs, Gutters, and Cross-Gutters • Dwg. No. 206 Curb Return, Spandrel and Cross-Gutter • Dwg. No. 210 Sidewalk Widths Dwg. No. 402 Top of Manhole Detail • S Dwg. No. 624 Sign Installation Caltrans Standard Plans: Std. Plan No. A88A Curb Ramp Details Std. Plan No. ES-713 Electrical Systems - Detail 1-A Dust Control Sign • • PALM SPRINGS SKATE PARK CONTENTS CITY PROJECT NO. 12-06 PART III i 11/8/12 i N0.1 REVISIONS APPROVED DATE_ L • STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2% SLOPE FROM CENTERLINE TO LIP OF CUTTERI 2% SLOPE FROM CENTERLINE TO LIP OF GUTTER • ASPHALT CONCRETE PAVEMENT OVER P.C.C. CURB AND GUTTER PER C.P.S. STD. DWG.200 COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE (I LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. ASPHALT CONCRETE PAVEMENT SHALL BE TYPE C2-AR4000 PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. COLLECTOR AND SECONDARY STREETS: • 3 INCHES OF ASPHALT CONCRETE (1 LIFT) OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE AND A • MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. ASPHALT CONCRETE PAVEMENT SHALL • BE TYPE C2-AR4000 PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE (2 LIFTS) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN, SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. ASPHALT CONCRETE PAVEMENT SHALL BE TYPE B-AR4000 FOR THE FIRST LIFT AND TYPE C2-AR4000 FOR THE FINAL LIFT PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. NOTES: 1. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM. ALL NEW PAVEMENT SECTIONS SHALL BE VERIFIED BY SOILS ANALYSIS OF THE NATIVE SUBGRADE BY A REGISTERED GEOTECHNICAL ENGINEER. 2. ASPHALT RUBBER HOT MIX (A.R.H.M.) IS AN ACCEPTABLE SUBSTITUTE: FOR THE ASPHALT PAVEMENT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2" NEW CONSTRUCTION • MIN. 1-1/2- CAP OVER EXISTING PAVEMENT 3. ASPHALT CONCRETE PAVEMENT SHALL BE INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC • WORKS CONSTRUCTION. LATEST EDITION. • 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. 5. A.C. PAVEMENT SHALL BE 1/4 INCH ABOVE LIP OF GUTTER. 6. ASPHALT BINDER USED IN THE ASPHALT CONCRETE PAVEMENT SHALL COMPLY WITH SPECIFICATIONS FOR PERFORMANCE GRADED (PG) 70-10 ASPHALT DINDER, IN ACCORDANCE WITH SECTION 92 "ASPHALTS" OF THE CALTRANS STANDARD SPECIFICATIONS. CITY OF PALM SPRINGS APPROVED: DATE: I= PUBLIC WORKS & ENGINEERING DEPARTMENT "k 28931 CITY ENGINEEW R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY: G.F.F. FILE N0. STANDARDS CHECKED BY: M.L.F. DING. NO. 110 NO, REVISIONS APPROVED DATE 1' THICK TYPE C2—AR4000 OVERLAY INSTALL 4' LIFT OF TYPE C2—AR40DO A.C. PAVEMENT • SEE NOTE NO. d (OR 1 THICKER THAN EXISTING ADJACENT PAVEMENT) OVER 6' MISCELLANEOUS BASE AND COMPACTED EARTH FILL. • FOLLOW CROWN CONTOUR OF EXISTING PAVEMENT, 1EY (MIN.) ` 1 • REPLACE BASE LAYER IN KIND (6" MIN. THICKNESS) EXISTING PAVEMENT TO S BE NEATLY SAW—CUT ON • BOTH SIDES OF TRENCH 1' MIN. ji"Al 1_ ____ _ _ _VERTICAL SIDE SLOPES (T ARE REQUIRED 4' MIN.4 ♦ AT ALL TIMES �,,:� :t' i 4' MIN. ♦ r 24' COMPACTED NATIVE ♦♦ r� MATERIAL AT RELATIVE COMPACTION ♦♦♦ 4 1—t 2 r SLOPED SIDES REWIRE w ♦♦ )'', i SLOPE PERMISSION OF THE CITY ENGINEER r •� ♦♦ � COMPACT NATIVE MATERIAL AT ♦ r 90z RELATIVE COMPACTION ♦ r COMPACT SPECIALLY SELECTED MATERIAL FOP OF PIPE ♦ �A ' 1� 90% RELATIVE COMPACTION 1 ♦ / + ti i 6UTTJ0IN EXISTING PAVEMENT I ♦ WHEN NATIVE MATERIAL IS UNSUITABLE, (Typ.) INSTALL 6' OF APPROVED IMPORTED GRIND DOWN 1' 7' MIN. BEDDING UNDER PIPE HAND EXCAVATE FOR BELL • X • r: '-/'•,j.::i TYPE C2—AR4000 1" THICK OVERLAY . V MIN TYPE B—AR4000 AC PAVEMENT (4 MINIMUM T4iCKNE55) (TYP.) — CRUSHED MISCELLANEOUS BASE (THICKNESS TO MATCH EXISTING, 6- MIN.) • 4' MIN. rm — -- -- FINAL OVERLAY DETAIL NOT TO SCALE NOTES: + .'.:. . 1. TRENCHES SHALL BE PAVED WITH TEMPORARY A.C. PAVEMENT IMMEDIATELY FOLLOWING WORK, AND SHALL BE PERMANENTLY PAVED WITHIN ONE WEEK, UNLESS APPROVED BY THE CITY ENGINEER. 2. A MINIMUM OF V OF EXISTING PAVEMENT SHALL BE SAWCUT AND REMOVED. REMOVALS SHALL EXTEND BEYOND ANY AREAS OF UNDERMINED OR COMPROMISED A.C. PAVEMENT. 3. PERMANENT A.C. PAVEMENT SHALL BE INSTALLED WITH A MINIMUM 4" THICK LIFT OF TYPE B—AR4000 A.C. • PAVEMENT, OR 1" THICKER THAN EXISTING A.C. PAVEMENT. C A FINAL 1" THICK OVERLAY 'NTH TYPE C2—AR4000 A.C. PAVEMENT SHALL BE INSTALLED TO A MINIMUM WIDTH OF 10% EXTENDING 4' PAST TRENCH SIDES USING A BARBER GREEN PAVER, OR EQUAL EXISTING A.C. PAVEMENT SHALL BE GROUND 1" FOR FINAL OVERLAY WHERE REQUIRED. 5. FLOATERS OF A.C. PAVEMENT 5' IN WIDTH OR LESS BETWEEN EDGES OF TRENCH AND EXISTING EDGE OF PAVEMENT, CURB OR GUTTER SHALL BE REMOVED AND REPLACED. 6. ALL SHORING, SLOPING OR BENCHING SHALL BE DONE IN COMPUANCE WITH CAL—OSHA CONSTRUCTION SAFETY ORDERS; SOILS WITHIN THE CITY OF PALM SPRINGS ARE TYPICALLY CLASSIFIED AS CLASS C; CHECK JOB SITE SOIL CONDITIONS. 7. ALL EDGES OF CONSTRUCTION ('BUTT" JOINTS) SHALL BE MADE ON LANE LINES OR AT THE CENTER OF TRAVEL LANES; EDGES SHALL NOT BE ALLOWED WITHIN THE WHEEL PATH OF VEHICLES USING THE STREET. 8. ASPHALT BINDER USED IN THE ASPHALT CONCRETE PAVEMENT SHALL COMPLY WITH SPECIFICATIONS FOR • PERFORMANCE GRADED (PG) 70-10 ASPHALT BINDER, IN ACCORDANCE WITH SECTION 92 "ASPHALTS" OF THE CALTRANS STANDARD SPECIFICATIONS. CITY OF PALM SPRINGS APPROVED: DATE- ra , PUBLIC WORKS & ENGINEERING DEPARTMENT 2 931 CITY ENGIN R R.C.E. TRENCH AND PAVEMENT DRAWN BY: G.F.F. FILE NO. STANDARDS REPLACEMENT DETAIL CHECKED BY: M.L.F. DWG. NO. 115 NO. REVISIONS APPROVED DATE • g' 1 1/2' —R= 1/2• R_ 1/2" 6- 1 1 24" 1 A.C. PAVEMENT. t m � R=7/2" • - I 1/4' LIP (TYP) • A.C, PAVEMENT •'�'•. N •' 1D R=1/2 Al A2 A3 A.C. PAVEMENT • 6" 24' 6' 12' 1' 1' • �R-1/2' 1 1/2" 1/2- I 6• • I/4 LIP (TW) R 1 V • R=1/2 ONSITE ONLY ONSITE ONLY AA A.C. PAVEMENT Bl B2 • 24' 3' 3' • -r-18"• \I 6" —= 2'R SLOPE SLOPE 6' I � • II R C. FLOVAJNE • 1/2 FIBER EXPANSION JOINT OF CUTTER 6 CROSSGUTTER—SECONDARY THOROUGHFARE C1 - END OF CURB D1 • 4' 1 4' 0' • 2•• 2.. SLOPE (_1/2" SLOPE 8 '•. 8• _ c ' 8' CROSSGUTTER—MAJOR THOROUGHFARE E 1 D2 A.C. PAVEMENT NOTES: • 1. TYPES Al, A2 AND ET 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 i' DEEP WEAKENED PLANE JOINTS PROVIDED EVERY 10 FEET. CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 2 9 1 CITY ENGINEER R.C.E. CURBS, GUTTERS, AND DRAWN BY: G.F.F. FILE NO. STANDARDS CROSS-GUTTERS CHECKED BY: M.L.F. DWG. N0. 200 r i i NO, REVISIONS APPROVED DATE i i • i SHOWN THUS ON PLAN LIMIT OF SPANDREL SPANDREL • • • O i= SPLASH i PAD I Z iz_ a T.C. ELEV. •. F.L. ELEV, 1' aS E.C.R. as° CROSS- fl i �J�Q GUTTER SPLASH FLOW LINE �`�� PAD wo STRAIGHT `�QS i w GRADE t�,0 uD'i u v z 5� m O O �w L_ T,C. ELEV. M i ¢m r F.L. ELEV. Y U I Z O m ELEV. a P.I.G. i s a DIRECTION OF TRAVEL i cn w • J _ i NOTES- 1. WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BEGINNING AND END OF SPANDREL AND TRANSITION. CROSS-GUTTER 2. SPANDREL, CROSS GUTTER AND TRANSITION SHALL BE CONSTRUCTED WITH 6" THICK CLASS 560-C-3250 PORTI.AND CEMENT CONCRETE. 3. CURB FACE HEIGHT SHALL BE 6" OR B" AS SHOWN ON DRAWING AND BE CONSTRUCTED MONOLITICALLY WITH ADJACENT SPANDREL. 4. "W" SHALL BE SPECIFIED ON THE PLANS AS 6' OR 8' PER C.P.S. STANDARD DWG. 200. 5. SEE C.P.S. STD. DWG. 212 FOR ADDITIONAL REQUIREMENTS. i 6. SEE C.P.S. STD. DWG, 110 FOR PAVEMENT REQUIREMENTS. i CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 2 31 ! CITY ENGINE R.C.E. i CURB RETURN, SPANDREL DRAWN BY: G.F.F. FILE N0. STANDARDS AND CROSS-GUTTER CHECKED BY: M.L.F. DWG. NO. 206 i i i i iiiiiiiili !�► iiliiiiiiiiiiliiiiiiiiiiiiiliiiii Z 0 W cn ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE .'l07 ZONES R-2 THRU 8, C. AND M - 8' d ZONE R-1 - 5' Iz A.C. PAVEMENT 4' MIN. Z b HILLSIDE STREETS SIDEWALK SLOPE = 1/4" 1' C] m m d 0 b FOR FINISH SEE SECTION y 303-5.5 OF THE STD. SPECS. LSIDEWALKS SHALL BE CONSTRUCTED USING 4" THICK O y m CURB do GUTTER FOR PUBLIC WORK CONSTRUC7ION CLASS 5600-C-3250 PORTLANO CEMENT CONCRETE N -0 Z SEE C.P.S. STD. DWG. 200 LATEST EDITION. > (I� co m z NOTES: v,J 1. FOR EXPANSION JOINTS SEE SECTION 303-5.4.2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC o A D m m WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR 1" DEEP WEAKENED PLANE JOINTS m > j w > SMALL BE 10 FEET. m m p o m 1; 2. DECORATIVE SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER p m Z < fy THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, CD 0m0 LATEST EDITION, AND ARE APPROVED BY THE PLANNING COMMISSION. 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO in PROPERTY LINE. p p 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO NA ESCUELA - SIDEWALK FROM FACE OF CURB T rN' TO PROPERTY LINE. m 5. SIDEWALKS IN EXCESS OF 5 % SLOPE, SHALL HAVE A MIN. 6' X 6' LANDING AREA EVERY 400' AT Z 9n A 27, SLOPE. D c ?. 6. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. ''D F m m p '� 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT p zo O j A c COMMITTEE, m r"I m B. SEE ALSO BIKEWAY REQUIREMENTS_ COLORED CONCRETE IS REQUIRED FOR SIDEWALKS ALONG N DESIGNATED STREETS. Z 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS p (V n m OD D w NO. REVISIONS APPROVED DATE . P.C. CONCRETE RING PER SET TOP OF STANDARD MANHOLE FRAME AND • SUBSECTION 303-5.1 OF COVER AT FINISH GRADE OF STREET PAVEMENT . THE STANDARD SEE C.P.S. STD. DWG. NO. 400 SPECIFICATIONS (560-C-3250-6 SACK) • s ':. PROVIDE 9'• ADJUSTMENT ASPHALT CONCRETE PAVEMENT. THICKNESS "� : ~- 3-24"X3" GRADE RINGS AS SHOWN ON PLANS . - •r_.�, C u• • ALL JOINTS SHALL BE GROUTED PER .SUBSECTIONS 202-2.2.2 AND 303-1.8.2 • OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. • • NOTES: • 1. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE • APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO.S 1310/1', 1 1/4', 2", AND, 1312/1", 1 1/4", AND 2" OR EQUAL. r SOUTH BAY FOUNDRY, 9444 ABRAHAM WAY, SANTEE, CA. 92071, TEL (619) 956-2780 2. MAXIMUM OF 3 GRADE RINGS. • CITY OF PALM SPRINGS APPROVE . DATE: ° • PUBLIC WORKS & ENGINEERING DEPARTMENT 2 931 CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: G.F.F. FILE NO. STANDARD DETAIL CHECKED BY: M.L.F. DWG. NO. 402 NO. REVISIONS JAPPROVED DATE • REGULATORY, WARNING OR GUIDE • SIGN .080 GAUGE ALUM. SIGN WITH HI-INTENSITY LETTERS . AND BACKGROUND COVERED WITH 3M 1150 GRAFFITI PROOF OVERLAY SIGNS SHALL BE ATTACHED TO POST UTILIZING TWO UNISTRUT• 86. DRIVE RIVETS N0. TL 3606. � u gw • 2" X 2'' X 0.12 GAUGE TELESPAR � W . POST OF SUFFICIENT LENGTH TO _ < EXTEND FROM TOP OF SIGN TO 7" INTO SLEEVE AND PROVIDE 7' OF CLEARANCE. Y m rc o • f 24 `a�� c� A IF S/W > 5' a • a a • W m 72` PLAN VIEW •. IF S/W < 5' OR S/W = 5' E%IST. F.S. • FACE OF CURB 2` • \ ,\ SEE DETAIL 'a \ U BELOW FRONT ELEVATION i \ � FACE OF SIGN • 2-1/4" x 2-1/4" x 30" 2 1/4" TELESPAR SLEEVE PER POLE \ • SURF ABOVE THE EXISTING \\ SURFACE. EXISTING SURFACE go, ae" • o o \ POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: DATE: O . PUBLIC WORKS & ENGINEERING DEPARTMENT Aw 28931 CITY ENGINUEV R.C.E. • DRAWN BY: G.F.F. FILE NO. STANDARDS SIGN INSTALLATION CHECKED BY: M LF DWG. No. 624 • A —�/��/ RETAINING CURB 1f BETAINING CURB f NECESSARY AT EDGE •' fewt C s roA IF NECESSARY AT OF SIDEWALK- �• p v' e � 5 p•• EDGE OF SIDEWALK id>• 5•- 1o8'$iC—o.� SIDEWALK Is C I f Min n nvu exm aecx + �•y SEE NOTES p ,1 SEE N c S 1 10 AND 11 K Lq SIDEWALK �SE�O'ia O�� ON'r.la[ S NOTE T I _ 8.33 .33% 'L Now vYa3 20novOv o E_ SIDEWALK A,E gI15i —— EDGE Oi §E .�•� 0.]3X B.JJ% O nr trnrr a-argxvu t .YJI SIDEWALK -SEE Moz MCK taco ' nYl, uore i N RAISED TRUNCATED DOME mriin"iw1Oir . A, - m > NOTES: IG'/.Kqx lOz he Hal S I. As file.commons alo}me,Cave A I rough CCco G curb ramps y be AT CugB .m AT CURB FRONT FRCNi EDGE SEE HOLE$ NOiE i EDGE OF OF SIDEWALK 10 ANo 11 sea for creer InatallotlOne elmllon le in... mm� n 0.1.11 A antl SIDEWALK !.��� rA Detail B.TM Case of Curb ramps used In Detail A do not have to yCysCy-L, be }M some.Case A lhrmfh Case 0 cure amps also may be used of m A to bl°Ck....Its' ,as elfe CIXMltlone flora A. TOY.Now ION Me. A SEE NOTES AT CURB 2. If distance from Curb to pack of sldeWaIX Is top short to L AT CURB 10 AND 11 an dIN¢ romp Ontl q'-0'platform Ilanalngl ae no 'n Casa 0., CASE I SI DEWPLK 2$_ SIDEWALK the slaerolh oY po Depressed Tong iRudlnolly ae In C°se IB,er C or CASE A YaaEa_-Y SEE r�.ax 7 o c a be rto...d o1 In Coat 0. b c FRONT EDGE ,IY Y SEE NOTE i DF SIDEWALK NOTE T 1 \I \ $ 10%MCK I. When Mmp is 1oc01pa In aerie!Of curb return,erosewOlk A T`1=F YL AT CLIG bRfl,.r.td.muel be similar to+Mt aMwo for Detail B. O ya 0" SIDElOF A. Ae elk corlait as ...pflCtate.1M staining um side and d darer N SIDEWALK x BOX SIDEWALK Pe yp ,us_a TYp - SIDE else of'Npe Lose 0 famp eMu L-e conalrue}ed in revareea position.ON 0 ° SEE NOTES NOTE i yg'''° --RETAINING G. If rocatea en o curve.Tile sldee of ins romp need not M parolle 1, O SEE 1 a .r'j 10 AND 11 "' K s CUPS (BOTH am Cut tM minimum width M Me ramp shall be 4'-0". MOTE T _ 1 10%Max _ SOFS OF (n FRONT AT CURB FANP S. St.elope of ra-,flora.vaty Li Ifarmly fro. °maximum f 10%at EOCE Of 1pk N°x I n curb to conform 10 I"ilud lnol sidewalk elope adjacent Te top of ...I SI BEWALK AT CURB find,lamp.except In Case C Gad Cos¢F. M9 O Y n SEE NOTES RETAINING II,-C Ann.l 5EE NOTE, IO 1 The curb romp shall be outlinod,Oa shown,wltn 0 l'-O"wld0 a FRONT 10 ANO 11 CURB A"" 11 border with%I"groove.opprowimotel T "'^nK PLANi1 EDGE OF Y Yi•On canter.See 10%MCA ° - IDX NO% AREA SI OEWALN CASE 9reOvin9 d.4.I. Q At CURB AT CORE _ RETAINING CASE F -CAS E S. Tl...I lons from ..... d tonal ng To rOns,gutters or.Keefe a B o CURB (BOTH See Note 4 Shall be flush end free of abrupt changes. .7,1 N 5 �W�1 SEE NDTES 10 SIDES OF GUTTER TOP OF RAMP 9. M°xlmum slopes O1 ad)011ting gutters,1M rOCd surface pliablyImmat 0 A "�n I`Al NO 11 FLOWIINE 9'-D' Min adj...nt PC the Curb ...or......lot. route...It not .x etl •• -11 11'cz.• _______RWNOEo 1I S pe,beat within 4'-0"of the top and boil.. of fM Curb ramp. 9 A _ SEE NOTE 9 ) Min Typ PY.Aqx r� 10.CurIN wH Wp.idth Nalh. have'-o .,Ih f T °rnlnp eIX¢ lhotle Warning noto s r CASE D ]epYy�.Y B. I N°x 1M full shall eM]'-0" o th o1 the ramp. is planatethe a SECTION A-A Surfoods anon cohe S to the visiodetails an this plan one 1M WHERE A FLARED SIDE OCCUR, requirements In The Special Provisions. Z 4PRDVIDED ' ' HT CURB Y II.TM edge.f the delectable morning Gulf, neared the street � GUiiER RETAINING LURE sMll M between 6-and B"from 4w qufief, ilorllM. 9 FLOYILINE IF NECESSARY 12.Sidewalk and ramp 1hICFness,"1",.hall be 3%f'minimum. CC, 0 o R r T u rfl � _ 13.Utility pull o0xea,manholes•w.UltG and all other utility facilities- within the b.Vnaarlee of the curb ramp W111 be lelpe.ted or odJusfod to prase by fM own Drior to•or In conjunction with, are (amp C SruCtlan. is.For retrofit c ditions,removal and eplacementdf curb.,ran Depress entire sidewalk os required will be at The Contractor's option,unIOSS otherwise shown n SIDEWALK pro)ect pi ///RETAINING 1.6T"i0 D.J5" / 1CURB IFGENIC TD �—•y CUTTER NECESSARY CENTER SPACING oSIDEWALK kO u - uFLOWLINS OCRaRAISED TRUNCATED ODME PATTERN (IN-L1NERE A FLARED �— No?E g SECTION C-C APPRoxIDATELY Ya' DETECTABLE WARNING SURFACCURS PROVIDE Notet02'-O"SiflA1GNT CURB 1`CPr LIMIT OF PAY ''� ho r e 1 II CROSSWALK IF PROVIDED €A]1 B NOTE 1<\ r ROUNDED -I GROOVING DETAIL STATE OF CALIFORNIA TYPICAL ONE—RAMP E-` I DEPARTMENT OF TRANSPORTATIONTA DE7A]L a CORNER INSTALLATION SEE � CURB RAMP DETAILS TYPICAL TWO—RAMP CORNER INSTALLATION See Notes t and 3 NOTE g� $QTROFTT DETAIL NO SCALE San Net. 1 EK(b}n9 C°ra and sidewalk p g g p Return,to Table ofCoxleafe 9/r Q'X 10"CLASS 250 o uxry n UAE� GA CAST IRON PIPE FLANGE OTAL OF By".BC BOLT HOLES r I ¢u I 1[xclxxvx BASE (PLATE SEE DETAIL a DETAIL A-2 BASE PLATE A NPS SYS PIPE w"'�""'�"f'o'^' H ern vo e"e\e r,s/Wr'r 0.1196"WALL THICKNESS For troe 1-A DETAIL A-4 SEE DETAIL A —! miria'iin5`"m('ar" }APEgEO STEEL POST For Type 1 C For Type 1-B 0.11%"PALL YM 1-0 STEEL Ste Goly THICNNE55 TAPERED N N*, 5"ID Al BASE, STEEL PO51 Max TAPER 0.193" - q NPS Ste Dole STEEL STEEL POST PEfl FOOL PIPE OR CONDUIT - II NOTESt g (THREAD BOTH END%") Q EY 11 i w g c g li Q wgw� E5-1N Del B ]"x 5"REINFORCED 1.Siandortla Stoll bo 10'-0'! T'for NANDHOLE AND COVER venlale el gnols and T'-o"Y 2"far ES-il ES-11 Del A �•�m peaeetrian signals unless Shorter D¢1 0 �3" 5"REI xiORCEC Doi B m/5"ID Min �•'Milt BASE PLATE 3"x 5"REINFORCED AT BASE $'o a Dole le notes on Project plans. N HANOIIOLE AN0 COVER HANOHOLE AND COVEfl r- 2.Top of s ando dA ono I De 4V'OD 3;"Min BASE PLATE E%5-11 t f fs- E$-1N -IV"BASE PLATE p_ L, ].ConduHa atoll .of u maximum oaove "Min BASE PLATE Det A lev - 5.N _1M t B 1 Tip$ II-C d of TounOet(on one for Det A ev Det A lev I ioro�a nannnole M 1-D enau be sloped C NOTE: q,Ancnar dolts shall be eonded to conduit xL ' For Detail t ¢M n or grounding conductor.e w 1"0 A T-0"ANCHOR ` .„ m I'0 x 3'-0'ANCHOR BOLTS. - b V' 0 x 2'-6"ANCHOR BOLTS Bee Type 1 A St 0 0 .. BOLTS THREAD 6",WITH iH 2 THREAD V WITH 2 NUTS AND 2 INSTALL AT 01/t•BC THREAD 5.Conduit daMeon standard and adja10pt y AD AND 2 WASHERS EACH. WASHERS EACH.TOTAL q 6"WITH 2 HOTS AND 2 WASHERS I Dull 00x eMll de 2"minimum. TOTAL q I p._On 2._O"p p•_p• EACH.TOTAL 9. Y-0"0 B.POIR1 sunburn on rood.Y side TOAR, lroIf TYPE 1-A STANDARD TYPE 1-B STANDARD TYPE 1-C STANDARD TYPE 1-D STANDARD T.FBr additional notes and details,$do 2 DETAIL A-1 DETAIL A-3 DETAIL A-5 DETAIL A-6 Standard Plana ES-PH and ES-TN. A TYPE 1 SIGNAL STANDARDS e.Pea nmelarbAdr nan concrete against y uureed son. .A CIDAye 9.Far :+.Nord.With Mndnole,locate la tM O W DETAIL A dornetreare side of traffic. IO.Couplmg nuts to be used only When shown �C.OF NUMBERS or specified on project plane. CURB OR EDGE x TYPE I STANDARD OF SHWLDER $ THREADED ANCHOR D PAINTED DIRECTION OF TRAFFIC BOLT PIECE Z '�� FIN(SXED BRACE ? 12V"SERIES 1 9ASE PLATE / Ni0 q "PS Sid••D"LETTERS) Trp COUPLING NUT TABLE SELF ) DETAIL B-3 I I rJ RI ADHESIVE / —1- BOLT NUT TABLE (n IA E WITH 2 DIAMEel 4j TEN 1H ICKNES$ slm CENTRAL HOLE / R. V 2 m 2—I 1 EE NOTE 6 _ Ohm 3 3� I TA o POST-- SE REW UP FOR TIGHT CONNECTION qROADWAY w N COUPLING NUT C SIDE OF POLE �`7 WITH VISUAL 5 w D,DIAMF IER INSPECTION HOLE AT Z CURB OR m{ SHOULDER GRADE IT ANCNO I DETAIL J ANCHOR PLATE NUMBER DETAIL TYPICAL NUMBER FORMAT I HEAVY Hex NUT Typ STATE OF CALIFORNIA DETAIL B-1 DETAIL B-2 ANCHOR BOLTS WITH SLEEVE NUTS DEPARTMENT OF TRANSPORTATION LOCATION OF EQUIPMENT NUMBERS DETAIL C ELECTRICAL SYSTEMS ON STANDARDS AND POSTS (Be. Note ID) (SIGNAL AND LIGHTING STANDARD, TYPE 1 AND EQUIPMENT NUMBERING) DETAIL B NO SCALE ES-7B Rearm IN Table of Comfentr 66" - FONT SIZE PROJECT: PALM SPRINGS SKATE PARK 2" CONTRACTOR: XXXXXX XXXXXXXXXXX 2" CITY PROJECT NO: 12- 06 2" IF YOU SEE DUST COMING 2„ 00 FROM THIS PROJECT CALL: 2" PROJECT MANAGER XXX - XXX - XXXX 3" IF YOU DO NOT GET A RESPONSE PLEASE CALL: 1 .5" CITY OF PALM SPRINGS: 760-323-8253 1 .5" AFTER HOURS OR WEEKENDS PLEASE CALL: 1 .5" CITY OF PALM SPRINGS POLICE DEPT: 760-323-8115 1 . 5" OR CALL THE AQMD AT 1 -800-288-7664 1 . 5" DUST CONTROL SIGN • • d• • eeeseeoeoseeeoosooe0000ee000000eeoaee 3� *s a 3 y, x t.y s�, �. y,� � �"� 4" a �R � �a "r}' t 'wt✓:_.. ' a •.er h w,� '&`nr'-+ 3' 'S'� a ti � e "`' F .�'.e �,4�; 2 ' £ z ti'?✓s* t �t„vi 23'." Rx-r„�C ray' '�S"°� �"� t:` `h � '" '^" �sx .f' �� �. 'i Palm Springs Skate Park CITY PROJECT 124M BID SUMMARY Bid!Opening:December 11.2012 BID SCHEDULE ENG. SIMON CONTRACTING BWW&Co. EaHM1 Sculptures RSS Group,Inc. AvlCon,Inc.due CA BID ITEM ITEM DESCRIPTION QUAINT UNIT Estim. UNIT PR. I TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL 1 Initial Mobilization 1 LS $11,00O.m $11,000.00 $13,000.00 $13,Om.W $19,WO.m $19,000.00 $4.000.00 $20,00D.W $5m0.m $5,W0.00 2 Traffic Control 1 LS $2,100.00 $2,100.00 KOOO.W E4,000DO $1500.00 $1,50000 $11,000.00 $1Ip00.W $2,500.W $2,5W.W 3 Construct3"ACover6"misc.base 4,660 SF $4.m $20,03800 $3,50 $16,310.W $460 $21,4W,00 $SW $13,9m 00 $567 $26,422.20 4 Remove ex.AC 5610 SF $2.25 $12,622N 52.50 $14,025.00 $0.m $4,48600 $25D $14,025W $OA7 E4,880.10 5 Gnnd 2-AC and Consm 2"Overlay 8,710 SF $275 $23,952.50 $275 $23,943.79 $200 $17.42000 $1,75 $15,242.50 $162 $14,110.20 6 Remove ex.Cona.Sidewalk 2,2W SF $1.65 $3,762,00 $175 $3,9W.W $1,50 $3,420.W $3.W $6,840.00 $2.W $4,561).m ] Reim lights Intl foundation constr 2 FA $3,47500 $6.950.DO E11500.0o $3,OOO.W $3,8m.W $7,6m.m $1,500.00 $3,OW.W $5,568-00 $11,136.m e Pavementsinping&marking 1 LS $1,450.W $1450.W $3,500.00 $3,500.00 84W.W $45060 $1,SW.W $1,50D.W $3,OWIDD $3,000.D0 9 Canal 3"PCC Temp.SW. 500 SF $5.15 $2,575W $4.50 $2,2mO0 $3.70 $1,85D.00 UN $2,WO.W $5.W $2.500,00 10 Remove ex.trees 2 1 EA $S&OD $1,030.i $NOOO 1 $1,0O.00 $7m.W 1 $1,5m.m $SW.W 51,000.03 $700.W $1,4W.W 11 Remove ex.C&G 120 1 LF $6.75 $B10.W $10W $1,2W.00 $10.W $1,2W.W $18i $2,1W.W $9.W $1,080.m 12 Remove ex.Curb 85 LP $5.15 W7.75 $10.W 5850.00 $e.W 80.W$6 $18W $1,XON $7.00 $595.W 13 Relocate Traffic Sign 2 EA $80.00 $1W 00 VOO 00 $4W.W $180.00 $WOW $25000 $500.00 $250,00 V5OON 14 Modific,Landscape mig.System 1 LS $2,000.W $2,WO.W E4,500.W $4,500.00 $3,2W.W $3,200.W $4,250.00 $4,26000 $7,OW.W $7.000.60 15 Relocate Concrete Ranch 1 EA $160.00 $1m.m $SOO.m $NOW 5250.m $250.00 $1O00.00 $1,ODo_W $900.00 E9W.W 16 Remove&Constr.ADA Ramp 1 EA $1,97500 $1975,W E3,5m,W $3,51M.00 $2,200.W $2,20000 $2,OWO0 $2,WO.W $2,5W.00 $2,500.00 17 Constr.6"Curb 250 LF $16.20 S4,OW.W $20.W $500000 $21.00 $5,2W.W $20.W $5.000.W $19.W $4,7W.00 18 Constr 6"C&G 130 LF $22,75 $2.957.50 $3000 $3,90O.W $27.00 $3,510.00 $24W $3,120.W $3100 $4,030.W 19 Admin.Building-Found.Excavation 3W Cy $MN $11550,00 $25.00 $7,5W.00 $45.00 $13.500.00 $2B.W $8,4W.W $35.0 $10,5m.m 20 Admin.Bu.11,12 Cona.Fooling 5o Cy $245.W $12,25D.W $4W.W $20,000.00 $4]5.m $23,]50.W $232.00 $11,60O.m $350.W $17,5W.W 21 Admin.Buildin Foo6n Steel Relnt 2 TON $3,275.W E7,139.'0 52,OW.W S4,3W.W $3,36OW $7,32480 $7,GOO,W $15,20.00 $5,964.W $13,W1.52 22 Masonry Wall.B"Thick 140 LF 521.50 $3,Ot0.W $% $5,6m.00 $AOO $3,640.W $24N $3.WOOO $WO0 $8,4WO0 23 1 Masonry Wall-16-Thick )0 LF E45)5 E3,202.W 540.W $2,8100.W $34.W $2,3813.00 E40.W $2,MNI $70,00 $4,gdi $160,000.00 TOTAL $136.182.261 TOTAL $146,128.791 TOTAL $146,90IL901 TOTAL $149.397.501 TOTAL $161,165.62 BID SCHEDULE ICONTIN.) pUANT UNIT ENO. ATOM Engineering ConsL Avera9 Unit Minimtum Low Build., Maxim11um P ITEM DESCRIPTION EcUrn. UNIT PIL TOTAL UNIT TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL PNca Price Un.PNca Price Initial Moblization 1 LS $971700 $9,717.W $12.952,83 $S,DOON $11,OW.m $20,OW.WTraffic Control i LS $1,7500) $1,7N.m $3.8W.33 $1,6m.m $2,f00.00 $1I,OOO.W Construct 3"AC over 6"misc,base 4.660 SF $5.86 $27,261.W $4.49 $3.m $4.m $5,85 Remove ex.AC 5,610 SF $Om 54.488.m $1.62 $080 $2,25 $2.50Grind 2"AC anti Constr.2"Overlay 6,710 SF $170 $14,W7.W $2W $162 $2,75 $2]5 Remove ex.Cana.Sitlewalk 2.280 SF $4,50 S1O,2NDO52.40 $1.50 51.85 E4.50 Reim,lights ind.foundation constr. 2 FA $3.801 $7,6W.W $3,2]363 $1,5W.W 53,475.W $5.551 Pavement striping&matin 1 LS $1,850.W $1,6NOO $1,958.33 $450.00 $1,450.00 $3,5W.WConstr 3"PCC Temp.SW. SW SF $9.W KWO.W $523 $3.70 $5,15 $9WRemove ex.trees 2 EA $850.W $17m.W $63583 $5W.0g $515.W $11%00 Remove ex.C&G 120 LF $Yl.00 $2,040.00 g1179 $675 SB]5 E18.00 Remove ex.Cum 85 LF $25.DO $2,125.W $11.86 $515 $5AS $25.W Relocate Traffic Sign 2 EA $3W OD $600.00 $210W $80.W 58000 $30000 14 ModiBc.Landscape lmg.System 1 LS S2,800.00 $2600 00 $3.958.33 $2,WO.W $2.00.DO $7,000.00 15 Relocate Concrete Bench 1 EA $265.W $3E5W $529.17 $16O.m $160.00 KNOW 16 Remove&Constr.ADA Ramp 1 EA $2,4W.W $2,400.00 $2,429.17 E1,975.m $1,975.00 E3,5W.W 17 Constr.6"Cum 250 LF SUN 58,500.W $2170 $16,20 $16.20 SUN 18 Constr.6"C&G 1W LF $40.W $5,200.00 $29,13 $n 75 $2275 $40.010 19 Admin.Building-Found,Excavation 3W CY $4000 $18m0.0D $3525 $25.W $3B.m $45.00 20 Admin.Building-Cane.Facing 50 CY $59500 $28,150.01 $38283 $232.W $245.W $595.W 21 Admin.Building Fooling Steel Reird 2 TON $3,25060 $7,OBS.W $4,141.50 $2,OW.W $3,2]5.W $7,DW.m 22 Masonry Wall-8"TTid 140 LF $85.00 smgw.W $42.75 $21.m $217% $85.W 23 Masonry Wall-1fi"TM1ick 70 LF $110.W $7700.m $56.63 $3400 645.75 $110.W $1601000.00 TOTAL $176.398.00 TOTAL $0.00 TOTAL $0.00 TOTAL $0.00 TOTAL $0.00 AVERAGE 810• $160,630.16 LOWEST BID- $135,182.261 Check a License - License Detail - Contractors State License Board Page 1 of 2 IADEPARTMENT OF CONSUMER AFFAIRS . Contractors State License Board Contractor's License Detail - License # 892995 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. >r CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. .�3 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. ,,W Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. L ;Num�'ar 89^�995 Extract Date 1 211 5/2 01 2 .;&IMON CONTRACTING -. Business Information Business Phone Number:(760)745-0556 1508 WEST MISSION ROAD ESCONDIDO,CA 92029 Entit7l_ Issue Date 03/20/2007 - - - -- ExpireDate 03/31/2013 License Status ACTIVE This license is cutisnt and acdifr All information below should be reviewed. CLASS DESCRIPTION a1A Classifications GENERAL ENGINEERING CONTRACTOR r ES GENERAL BUILDING CONTRACTOR Bonding CONTRACTOR'S BOND This license filed a Contractor's Bond with NATIONWIDE MUTUAL INSURANCE COMPANY. Bond Number:7900660823 Bond Amount:$12,500 Effective Date:01/01/2007 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 7900662628 for WALLENTINE ROGER PHILLIP in the amount of$12,500 with NATIONWIDE MUTUAL INSURANCE COMPANY. Effective Date: 04/20/2007 2 This license filed Bond of Qualifying Individual number 7900660825 for HERRINGTON JEFFREY JAMES in the amount of$12,500 with NATIONWIDE MUTUAL INSURANCE COMPANY. https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum--892995 12/15/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 Effective Date:01/01/2007 BQI's Bond History WORKERS COMPENSATION This license has workers compensation insurance with DEPARTMENT OF INDUSTRIAL RELATIONS Workers'Compensation Policy Number:2286 Effective Date: 11/012003 Workers'Compensation History ----_.. _------ — --------- ------------ ----- ----.__....._ Personnel listed on this license(current or disassociated)are listed on other licenses. Personnel List Other Licenses Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaii.aspx?LicNwn=892995 12/15/2012 v Personnel List- Contractor State License Board Page 1 of 1 DEPARTMENT OF CONSUMER AFFAIRS Contractors Mate License Board Contractor's License Detail (Personnel List) Contractor License#: 892995 Contractor Name: SIMON CONTRACTING Click on the person's name to see a more detailed page of information on that person NAME TITLE ASSOCIATION DISASSOCIATION CLASS MORE DATE DATE CLASS ROGER PHILLIP RME 05/14/2007 B WALLENTINE JEFFREYJAMES RME HERRINGTON 03/20/2007 A J BROUWER INVESTMENTS GENERAL INC PARTNER 03/20/2007 JBCHC LIMITED LIMITED PARTNERSHIP PARTNER 03/20/2007 ----_____..__ --- -------------_------ MCC DEVELOPMENT LIMITED CORPORATION PARTNER 03l20/2007 Conditions of Use Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/PersonnelList.aspx?LicNum--892995&LicNa... 12/15/2012 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of 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. 0 PALM SPRINGS SKATE PARK COVER SHEET CITY PROJECT NO 12-06 BID FORMS-PAGE 1 1116112 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: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda(receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. 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 PALM SPRINGS SKATE PARK - BID(PROPOSAL) CITY PROJECT NO 12-08 BID FORMS-PAGE 2 1116112 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: 12-11-12 Bidder., SIMON CONNTTRACTIINNG By .✓ec v� 6� (Signature) JON M. ROESSLER Title: CONSTRUCTION MANAGER PALM SPRINGS SKATE PARK BID(PROPOSAL) CITY PROJECT NO 12-06 BID FORMS.PAGE 3 11/6/12 BID SCHEDULE Schedule of Prices for the Construction of the: PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1- Initial Mobilization - LS $ I/, 600 . 00 2. Traffic Control - LS $ a, i 00. 00 3. Construct 3-inch Asphalt Concrete 4,660 SF (AC) Paving Over 6-inch Misc. Base $ ,- $ 20, o3 s,00 4. Remove and Dispose of Existing AC 5,610,610 SF $ 2 Z5 $ i 2 I'zZ so v 5 Grind 2-inch Existing AC Pavement and Construct 2-inch AC Pavement 8,710 SF $ Z.75 $ Z3,95Z.50 Overlay 6. Remove and Dispose of Existing Concrete Sidewalk 2,280 SF $ i 105 $ Relocate Area Lights Including 7' Foundation Construction 2 EA $ 3,415.60 $ tv,95e,06 ✓ 8. Pavement Striping and Marking — LS $ I, y So,ao ✓ 9. Construct 3" PCC Temporary 500 SF $ 5, 15 $ 2 5 75.oo ✓ Sidewalk 10. Remove Existing Trees 2 EA $ 515,0o $ 11 050 .00 11. Remove and Dispose of Existing 120 LF Curb and Gutter $ &,75 $ B 10 00 12 Remove and Dispose of Existing 85 LF $ S, 15 $ y 37, 7 13. Relocate Traffic Sign 2 EA $ 6o.o0 $ ltoo, 00 14 Modification of Landscape Irrigation 1 LS $ Z,co 0.00 System !S i t'U .! COt1TRACT I k1('=' Name of Bidder or Firm PALM SPRINGS SKATE PARK UNIT PRICE BID SCHEDULE CITY PROJECT NO 12-06 BID FORMS-PAGE 4 1118/12 BID SCHEDULE (Continued) PALM SPRINGS SKATE PARK CITY PROJECT NO. 12-06 Item Description Estimated Unit Unit Amount No. Quantity Price Relocate Concrete Bench to New 15. Location, Per the Direction of City 1 EA $ lleo.00 $ co ri Engineer Remove and Construct ADA Access 16. Ramp, per Plans 1 $ 1,6175,o0 $ 17. Construct 6-inch Curb, per CPS Std. 250 LF $ I l0 20 $ 200 Type Al Construct 6-inch Curb and Gutter, 18. per CPS Std. 200 Type A3 130 LF $ Zz 5 $ _zrq 57. Sv Administration Building—Foundation 19. Excavation 300 CY $ B 56 $ 11/55a ,oo ✓ Administration Building—Concrete 20. Footing (Including Formwork) 50 Cy $ Zg5,00 $ ! 2 ZSo,ao v Administration Building Footing 21. Steel Reinforcement and Retaining 2.18 TON $ 2-75 no $ Wall Steel Reinforcement 22• Masonry Wall-8-inch Thick 140 LF $ ?l.So $ 3,olo.00 23• Masonry Wall— 16-inch Thick 70 LF 1 $ y-S,7 F. $ 3,Zoz ,so TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ 135, ISZ. 25 k (Price in figures) S nn _ Z y.UE NJnJO2c�lNl(LT`'� FiUE I�IOUSA,.iD DnJz NUntO/Lt-D '>=t(�1-Ct'�p l i.Jo �' (Price in words) QUANTITIES OF WORK The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid'Rem, 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. SIMON CONTRACTING Name of Bidder or Firm PALM SPRINGS SKATE PARK UNIT PRICE BID SCHEDULE CITY PROJECT NO 12.06 BID FORMS-PAGE 5 11/a/12 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: 80 (shall not be less than 50%). Contractors Percent License of Total Work to be Performed Number Contract Subcontractors Name &Address 1. 44c / S-z 6, I,-k- lA'Lvn--X>eSee2� C-A 4AZZ5S 2. QC. 7L4(P53S /4P ZOLI-A L 61a Afl Vn1(s .9 PAuint U, We- 150SO ChfoLLO.-oA.O Wkirew ATee cA g7-zeZ- 3. Sja-vey J6r L_5539u z ADUAia r Ne=,laee S ID8-rc't Aia-P�2T aIVE fiZiVEnS�oi:� CA 47_5o 4, f�ELout = j-IGc-irS YBztPz-3 2 Ra. Dv��y Inc ic00 tUC. e t2,DA-D Pawn 5P r 165 c-A tzzi�4 5. PALM SPRINGS SKATE PARK LIST OF SUBCONTRACTORS CITY PROJECT NO 12.06 BID FORMS-PAGE 6 1116/12 LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS City Project No.: 12-06 Bid Opening Date: Monday, December 10, 2012 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: S u Peyt_W(L tNe-gA tM, )L Hog �p.l�Mc��Ton1 �uPPi 7L� LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS PALM SPRINGS SKATE PARK BID FORMS-PAGE 7 CITY PROJECT NO 12-06 11/6/12 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 20�r .t 6nkbW(� 4P vl .lts r/-r�_1z F�nfriL rr -�-lam S-Z se-A "& & S Y11� si(� rl_3o - Z EmA/L rz- m-rz- 5rW DV 1u.. Ei-2GYL-tC. rr-zS3- /Z 30B UJA' lZ -(o-tZ l) 6Lr %/-Zq - 1Z- ?" IOF/c //-30-1Z iz—le— l—Z /�NawE �DkmL �nl�lr�r S lz-(Q -lZ i:"j 7Z-lo-Iz LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS PALM SPRINGS SKATE PARK BID FORMS-PAGE 8 CITY PROJECT NO 12-06 11l6/12 Jon Roessler From: Jon Roessler Uroessler@superiorrm.com] Sent: Thursday, December 06, 2012 3:01 PM To: 'David Turner' Subject: PS Skate Park Attachments: Specifications.pdf; File 1 of 5.PDF; Fife-2 of 5.PDF; File-3 of 5.PDF; File4 of 5.PDF; File-5 of 5.PDF; image001.jpg; image004.jpg Contacts: David Turner David: Interested in bidding this small non-prevailing project? Will need curb staking and building corners. Let me know. Jon M. Roessler Construction Manager Simon Contracting P. O. Box 10990 Indio, CA 92202 Ph. 760 347-5399, Ext. 1565 Fax 760 347-6572 Direct 760 690-5765 Cell 760 275-3590 IOVIA REiiDt'M� 1 Jon Roessler From: Jon Roessler Droessler@superiorrm.com] Sent: Thursday, December 06, 2012 3:02 PM To: 'Adkan Engineers' Subject: PS Skate Park Attachments: File 1 of 5.PDF; File-2 of 5.PDF; File-3 of 5.PDF; File-4 of 5.PDF; File-5 of 5.PDF; Specifications.pdf; image001.jpg; image004.jpg Contacts: Adkan Engineers Please quote this small non prevailing project. Will need curb staking and building corners. Jon M. Roessler Construction Manager Simon Contracting P. O. Box 10990 Indio, CA 92202 Ph. 760 347-5399, Ext. 1565 Fax 760 347-6572 Direct 760 690-5765 Cell 760 275-3590 1C 1 Jon Roessler From: Jon Roessler Uroessler@superiorrm.com] Sent: Friday, November 30, 2012 9:48 AM To: Terry Cechin Subject: PS Skate Park Attachments: File-3 of 5.PDF; image001.jpg; Striping spec.pdf; image004.jpg Terry: Please quote striping the parking stalls as shown on the attached plan. This is NOT prevailing; call with any questions. Thanks Jon M. Roessler Construction Manager Simon Contracting P. O. Box 10990 Indio, CA 92202 Ph. 760 347-5399, Ext. 1565 Fax 760 347-6572 Direct 760 690-5765 Cell 760 275-3590 s NlX 1 Jon Roessler From: Jon Roessler Droessler@superiorrm.com] Sent: Thursday, November 29, 2012 1:50 PM To: 'Erik Portuondo' Subject: PS Skate Park Attachments: Specifications.pdf; File 1 of 5.PDF; File-2 of 5.PDF; File-3 of 5.PDF; File-4 of 5.PDF; File-5 of 5.PDF, image001.jpg; image004.jpg Not sure if you're bidding this or not. Not much here, but I'll need a price just the same. Not prevailing. ]on M. Roessler Construction Manager Simon Contracting P. O. Box 10990 Indio, CA 92202 Ph. 760 347-5399, Ext. 1565 Fax 760 347-6572 Direct 760 690-5765 Cell 760 275-3590 YTwx 4 1 Jon Roessler From: Jon Roessler Uroessler@superiorrm.com] Sent: Wednesday, November 28, 2012 3:39 PM To: 'Bo' Subject: PS Skate Park Attachments: Specifications.pdf; File 1 of 5.PDF; File-2 of 5.PDF; File-3 of 5.PDF; File-4 of 5.PDF, File-5 of 5.PDF; image001.jpg; image004.jpg Not sure if you needed this or not. Jon M. Roessler Construction Manager Simon Contracting P. O. Box 10990 Indio, CA 92202 Ph. 760 347-5399, Ext. 1565 Fax 760 347-6572 Direct 760 690-5765 Cell 760 275-3590 ftXFATV a 210AR Jon Roessler From: Jon Roessler Broessler@superiorrm.com] Sent: Friday, November 16, 2012 1:41 PM To: 'Eric Rosenberg' Subject: PS Skate Park Attachments: File 1 of 5.PDF; File-2 of 5.PDF; File-3 of 5.PDF; File-4 of 5.PDF, File-5 of 5.PDF, Specifications.pdf Eric: Something to bid. Jon M. Roessler Construction Manager Simon Contracting P. O. Box 10990 Indio, CA 92202 Ph. 760 347-5399, Ext. 1565 Fax 760 347-6572 Direct 760 690-5765 Cell 760 275-3590 • A�X 1 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) Ae- FA\1e�i 3, 4o}0o0 15 Oebdey, A6, A--L 06 ZIfj Z Z LEG'r214-a Al 7 3, 00V D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: 2-0.rw&i 6-nga, t'',�u,..��� INL, WMITEWA-T cA -71eo - Z51 -SQ3 S-2 SE-AU'J(� A S-'yL4P1'L ' Wc. FAgcmbesca'T c-A 71eo-5&0-z757 AbkAnl Ki ye"iD ♦ CAR51 - (0843 -OZ4 j ga-up\111L In1G fftLYKGPMm(6S, cA ligp-32O -4y-z9 NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS PALM SPRINGS SKATE PARK BID FORMS-PAGE 9 CITY PROJECT NO 12-06 1116/12 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. CGuntyof RIVERSIDE ) 1 JON M. ROESSLER being first duly swom, deposes and says that he or She Is CONSTRUCTION MANAGER of SIMON CONTRACTING 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 SIMON CONTRA^�CTTI/ING By4VV l _" 1 LO-ems° JON M. ROESSI.ER Title CONSTRUCTION MANAGER Organization PARTNERSHIP Address P.O. Box lo990 INDIO, CA 92202 PALM SPRINGS SKATE PARK NON-COLLUSION AFFIDAVIT CITY PROJECT NO 12-06 BID FORMS-PAGE 10 11/6112 ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA Countyof RIVERSIDE On 12-07-12 beforeme, IRENE ORTIZ, NOTARY PUBLIC Date Name,Title of Officer personally appeared JON M. ROESSLER 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 he/she/they executed the same in his/herftheir authorized capachy(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person($) 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. IRENE ORTIZ CommNsfoo#1873836 t Signature.of Notary z Notary Public•Califorala z Rleeralde County Comm.Expires Jan 16,2014 t 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 NON—COLLUSION AFFIDAVIT MUST BE ATTACHED TO THE DOCUMENT Number of Pages I DATE of DOCUMENT 12-07-12 DESCRIBED AT RIGHT: Signer($) Other Than Named Above NONE PALM SPRINGS SKATE PARK NON-COLLUSION AFFIDAVIT CITY PROJECT NO 12-06 BID FORMS-PAGE 11 11/6112 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: SIMON CONTRACTING 35905 DILLON ROAD INDIO CA 92201 2. CONTRACTOR'S Telephone Number: (760 ) 347-5399 Facsimile Number: (760 ) 347-6572 3. CONTRACTOR'S License: Primary Classification A & B State License Number(s) 892995 Supplemental License Classifications -- 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name Of Surety NATIONWIDE MUTUAL INSURANCE COMPANY Address P.O. BOX 1820 LA MESA, CA 91944-1820 Surety Company ALLIED INSURANCE. KEITH CLEMENTS Telephone Numbers: Agent (god R22--1666 Surety ( ) 5. Type of Firm (Individual, Partnership or Corporation): PARTNERSHIP 6. Corporation organized under the laws of the State of: CALIFORNIA 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: J_ BROUWER INVESTMENTS, INC. SOLE GENERAL PARTNER JBCHC LIMITED PARTNERSHIP LIMITED PARTNER MCC DEVELOPMENT CORPORATION LIMITED PARTNER PALM SPRINGS SKATE PARK BIDDER'S GENERAL INFORMATION CITY PROJECT NO 12.06 BID FORMS-PAGE 13 11/6/12 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner COACHELLA Address 1515 6th STREET, COACHELLA, CA Contact MARK CHAPPELL Class of Work A Phone 760-398-5744 ContractAmount 544 -Rql Project CDBG SIDEWALKS Date Completed NOVEMBER 2012 Contact Person MARK Telephone number 760-398-5744 b. Owner INDIO Address 100 CIVIC CENTER MALL. INDIO, CA Contact ERIC WF.CK Class Of Work A Phone 760-625-1838 ContractAmount 225,311 Project SUNGOLD ST Date Completed AUGUST 2012 Contact Person ERIC Telephone number 760-625-1838 C. Owner INDIO Address 100 CIVIC CENTER MALL, INDIO, CA Contact TOM RAFFERTY Class of Work A Phone 760-391-4017 Contract Amount 335 .635 Project HWY 111 Date Completed SEPTEMBER 2012 Contact Person TOM Telephone number 760-391-4017 10. List the name and title of the person who will supervise full-time the proposed work foryourflrm: ROGER WALLENTINE 11. Is full-time supervisor an employee x 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. PALM SPRINGS SKATE PARK BIDDER'S GENERAL INFORMATION CITY PROJECT NO 12-06 BID FORMS-PAGE 14 1116112 r SUPERIOR READY MIX CONCRETE L.P. DBA SIMON CONTRACTING 1508 W. MISSION ROAD ESCONDIDO, CA 92029 (760) 745-0556, (760) 740-9556 (fax) December 20, 2010 TO WHOM IT MAY CONCERN This letter confirms that the following individuals are authorized to execute bids, contract documents and other documents on behalf of Simon Contracting, a division of Superior Ready Mix Concrete L.P. Jeff Herrington Jon Roessler Roger Wallentine Superior Ready Mix Concrete L.P. By: Its general partner,J. Brouwer Investments, Inc. By: L� Arnold Veldkamp, Secretary