HomeMy WebLinkAboutA6301 - KNORR SYSTEMS - INC REPLACEMENT OF POOL HEATER AT SWIM CENTER CP 12-09 Kathie Hart
From: Dave Barakian
Sent: Saturday,July 27, 2013 10:57 PM
To: Kathie Hart
Cc: Dave Barakian; Savat Khamphou;Carrie Rovney;Tabitha Richards;Jay Thompson
Subject: Re:A6301-Knorr System
Work is done
Sent from my iPhone
On Jul 27, 2013, at 6:25 PM, "Kathie Hart" <Kathie.Hart[@palmsprings-ca.gov>wrote:
This agreement is for the replacement of the pool heaters.
Has this been completed? May I close this agreement file?
Please advise. V
Thx!
Kathle Hart, CMC
Chief Deputy City Clerk
City of Palm Springs IM?(760)323-8206
3200 E. Tahqui tz Canyon Way A (760)322-8332
Palm Springs, CA 92262 0kethie.Hart@PalmSarinQsCA.00v
Please note that City Hall is open 8 a.m. to 6 p.m. Monday through Thursday,and closed on Fridays at this time.
1
AGREEMENT
THIS AGREEMENT made this 28th day of December in the year 2012,
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
Knorr Systems, Inc.
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s) of the City's Contract Documents entitled:
(REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM
CENTER]
CITY PROJECT NO. 12-09
The Work is generally described as follows:
A. Install (2) new heaters (lochinvar copper fine — model CPN1802) heaters will be
provided by City.
B. Remove existing bypass manifold, valves and fittings and install new bypass
manifold, isolation valves and fittings — (new manifold CPVC, isolation valves
shall be Bray Series 30/31 resilient seat butterfly valves or approved equal and
all other fittings to be flanged, and all appurtenant hardware)
C. Remove existing 8" inch pool return line, fittings, valves adjacent to heater
manifold and replace with new 8" inch line, isolation valves and fittings — (8" inch
line CPVC, isolation valves shall be Bray Series 30/31 resilient seat butterfly
valves or approved equal and all other fittings to be flanged, and all appurtenant
hardware)
D. Shall include heater start up, testing and operational training for City Staff. Start
up testing and final operation shall be to the satisfaction of the City.
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT ` 3
AT SWIM CENTER CITY PROJECT NO.(#) L. AGREEMENT FORM
�1/15/12 AGREEMENT AND BONDS-PAGE 14
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. . Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of $ 690 for each
calendar day that expires after the time specified in Article 2, herein.
ARTICLE 3 — CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
and Bid Schedule(s).
ARTICLE 4 — THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit,
Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's
Compensation Certificate, Payment Bond, Standard Specifications, Special Provisions,
the Drawings, Addenda numberrs to All . inclusive, and all Change
Orders and Work Change Directives which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto.
ARTICLE 5 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for.Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the Engineer or the City as provided in the Contract Documents.
ARTICLE 6 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written
Notice, it shall be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 7 — MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) - AGREEMENT FORM
11/15/12 AGREEMENT AND BONDS-PAGE 15
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.
ATTEST: CITY OF PALM SPRINGS,
CALIFORNIA
By
r; City Clerk �• �3
APPROVED TO FORM: APPROVED BY THE CITY COUNCIL:
By Date
City Attorney
Date Ol- 2-4-;'v 13— Agreement No.
CONTENTS APPROVED:
APP�ROOV�ED,By CITY MANAGER
By
City Engineer
Date 1 17
By ` �!
City Manager
Date 12�13-
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) AGREEMENT FORM
11/15/12 AGREEMENT AND BONDS-PAGE 16
Corporations require two notarized signatures: One signature must be from Chairman of Board, President,
or any Vice President. The second signature must be from the Secretary, Assistant Secretary,Treasurer,
Assistant Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: Knorr Systems, Inc. Check one:_Individual_Partnership X Corporation
Address: 2221 Standard Avenue
Santa Ana, CA 92707
Q
B V / , � ,
Signature (Wotan Signat otarized)
Name: Rich Robert Name: Susie Coudavre
Title: President Title: Controller
(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 Cn l; 7 /L 11 State of 11
County of ❑ss County of FISS
On On L /
before me, d /6e're 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 persoq(bl) whose nameK evidence to be the personvwhose name(g) is/zrre
islKe subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me that he/s?/the executed acknowledged to me that V/shelth6yy executed
the same in his/jle/dtt)err authorized cepacityWs), the same in �(s/her/tKir authorized capacity(ies),
and that by his/hef/tbr6i_r signature on the and that by Vs/her/tWir signature on the
instrument the person or the entity upon instrument the personas);or the entity upon behalf
behalf of which the personi(a acted, executed the of which the perso%s f 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: DOMINIC Y.MESTAS No Seal: DOMINIC V.MESTAS
CommUsbi •1863B6� �� Commission a 1863653
-� Notary Public -un�ornla � / / � � Notary Public-California
i
Orange County
Comm.Expir Sep 10.2013+ Comm.Expires Sep 10.2013+
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT. AGREEMENT FORM
AT SWIM CENTER CITY PROJECT NO.(#) - AGREEMENT AND BONDS-PAGE 17
11/15/12
ADDENDUM NO. 1
To all prospective bidders under Specifications for the Replacement of Pool Heaters
and Bypass equipment at Swim Center, City Project No. 12-09, which are to be
received by the City of Palm Springs at the office of the Procurement and Contracting
Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on
December 4, 2012:
I. The following changes shall be made in Specifications, Part II - Special
Provisions, Section 10, 10-4.4: (additional language) It is the contractors
responsibility to furnish equipment and labor necessary to move pool heaters into
place. His may require use of a crane. Heaters will be delivered by City via trailer to
the pool site and it will be contractor's responsibility to move heaters from trailer to
existing pads in equipment room.
Il. The Special Provisions as originally issued shall be used in submitting bids, and an
acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of
the Bid Forms. Failure to provide such acknowledgment may render the bid as non-
responsive and subject to rejection.
Date: November 26, 2012 BY ORDER OF THE CITY OF PALM SPRINGS
By
David J. Barakian
Director of Public Works/City Engineer
Civil Engineer C 28931
CITY OF PALM SPRINGS, CALIFORNIA
PUBLIC WORKS & ENGINEERING DEPARTMENT
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
FOR CONSTRUCTION OF THE:
REPLACEMENT OF POOL HEATERS AND
BYPASS EQUIPMENT AT SWIM CENTER
CITY PROJECT NO. 12 - 09
IN THE CITY OF PALM SPRINGS
NOVEMBER 2012
OF PALM S
A�
V to
m
RPORAYEO
I FO R��P
David J. Barakian, P.E., City Engineer
Bids Open: December 4. 2012
Dated: November 14, 2012
CITY PROJECT NO. 12 - 09
The Special Provisions
contained herein have been
prepared by, or under the direct
supervision of, the following
Registered Civil Engineer:
Q�pFESS/0
�L Z
31 M
d
cr, lEOF CAS\E����
Approved by:
JXL
David J. Barakian, P.E.
City Engineer
Civil Engineer C 28931
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#)
11/15/12 SIGNATURE PAGE
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
TABLE OF CONTENTS
PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-collusion Affidavit
Bidder's General Information
Bid Bond (Bid Security Form)
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Performance Bond
Payment Bond
Certificate of Insurance
PART II -- SPECIAL PROVISIONS
Section 1 - Terms, Definitions, Abbreviations, and Symbols
Section 2 - Scope and Control of Work
Section 3 - Changes in Work
Section 4 - Control of Materials
Section 5 - Utilities
Section 6 - Prosecution, Progress, and Acceptance of the Work
Section 7 - Responsibilities of the Contractor
Section 8 - Facilities for Agency Personnel
Section 9 - Measurement and Payment
Section 10 - Construction Details
PART III —APPENDICES
APPENDIX "A"
Standard Drawings
Dust Control Sign
APPENDIX "B" (as required)
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) SPECIAL PROVISIONS
11/15/12 GENERAL CONTENTS-PAGE 1
CITY OF PALM SPRINGS
PUBLIC WORKS & ENGINEERING DEPARTMENT
PART 1 - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER
CITY PROJECT NO. 12-09
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) NOTICE INVITING BIDS
11/15/12 PAGE 1
Y
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
FOR CONSTRUCTING REPLACEMENT OF POOL HEATERS AND BYPASS
EQUIPMENT AT SWIM CENTER
12-09
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Replacement of Pool Heaters
and bypass equipment at swim center will be received at the office of the Procurement
and Contracting Manager of the City of Palm Springs, California, until 2 P.M. on
December 4, 2012 at which time they will be opened and read aloud.
N-2 DESCRIPTION OF THE WORK: The Work comprises the installation and
construction to be performed on the Pool Heaters and Bypass Equipment
described on the attached description:
A. Install (2) two new heaters
B. Remove existing bypass manifold, valves and fittings and install new
bypass manifold, isolation valves and fittings — (new manifold CPVC,
isolation valves and fittings to be flanged)
C. Remove existing 8" inch pool return line, fittings, valves adjacent to heater
manifold and replace with new 8" inch line, isolation valves and fittings —
(8" inch line CPVC, isolation valves and fittings to be flanged)
D. Shall include heater start up, testing and operational training for City Staff.
Start up testing and final operation shall be to the satisfaction of the City.
Bidders are strongly advised to inspect the site and equipment before submitting
a bid.
N-3 AWARD OF CONTRACT:
(a) The City reserves the right after opening bids to reject any or all bids, to waive any
informality (non-responsiveness) in a bid, or to make award to the lowest responsive,
responsible bidder and reject all other bids, as it may best serve the interest of the City.
(b) As a condition of award, the successful bidder will be required to submit payment
and performance bonds and insurance.
N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check
or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm
Springs.
N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a
period of 60 calendar days from the date of bid opening.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) NOTICE INVITING BIDS
11/15/12 PAGE 1
N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a
valid Class (A, C36, C53 or D35) Contractor license at the time of submitting bids and be
certified by Lochinvar to install their equipment.
N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with
all local funds and, as provided under City Charter, will NOT require compliance with the
prevailing wage requirements of the State of California.
N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100
percent of payments due under the Contract Documents from time to time, without
retention of any portion of the payment by the City, by depositing securities of equivalent
value with the City in accordance with the provisions of Section 22300 of the Public
Contract Code.
N-9 PRE-BID WALK-THROUGH (Strongly Suggested): Prospective bidders are
strongly advised to attend the pre-bid walk-through of the project site to acquaint
potential bidders with the project and existing site conditions that may affect the work.
The meeting will be held on November 29, 2012, at 10:00 AM local time at the Swim
Center, 401 S. Pavilion Way Palm Springs.
N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
(a) Contract Documents may be inspected without charge at the office of the City
Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262.
(b) Complete sets of said Contract Documents may be purchased at $15.00 per set by
cash, check or credit card and are obtainable from the City of Palm Springs Engineering
Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will
be made of any charges for sets of Contract Documents. Make checks payable to "City of
Palm Springs".
(c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail.
Overnight, Federal Express, or other methods of delivery shall be the responsibility of the
Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence.
If you do not have either of these, please include the mailing fee in your check for Bid
Documents to cover the cost of shipping. If you have any questions, please call the
Engineering Secretary @ (760) 323-8253 x 8738 or by e-mail at
kim.licon@pal mspringsca.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.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) NOTICE INVITING BIDS
11/15/12 PAGE 2
(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: David Barakian City
Engineer, by fax to (760) 322-8325, or by e-mail to Dave.Barakian@palmspdngsca.gov.
Questions must be submitted by 2:00 PM, November 29, 2012. Questions received after
this date will not be accepted.
N-11 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm
Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code,
"Local Business Preference Program", subsection (5) "Local Preference in Public Works
Contracts (Sub-Contracting)", the prime contractor shall use good faith efforts to sub-
contract the supply of materials and equipment to local business enterprises and to sub-
contract services to businesses whose work force resides within the Coachella Valley.
N-12 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be
sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the
Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm
Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer
with the name and address of the Bidder and shall bear the words "Bid For.." followed by
the title of the Project and the date and hour of opening Bids. The certified or cashier's
check or Bid Bond shall be enclosed in the same envelope with the Bid.
BY ORDER OF THE CITY OF PALM SPRINGS
Date I'Ud• l�, 201--
By � v
David J. Barakian, PE
Director of Public Works/City Engineer
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) NOTICE INVITING BIDS
11/15/12 PAGE 3
CITY OF PALM SPRINGS
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice
Inviting Bids and not defined herein shall have the meanings assigned to them in the
General and Special Provisions. The term "Bidder" shall mean one who submits a Bid
directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term
"Engineer" shall be as defined in the Special Provisions.
2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible
Bidder, consideration will be given not only to the financial standing of the Bidder, but also
to the general competency of the Bidder for the performance of the Work covered by the
Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience
as of recent date on the form entitled "Bidder's General Information," bound herein.
Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work
will be accepted from a contractor who does not hold a valid contractor's license in the
State of California for the classifications named in the Notice Inviting Bids at the time of
award.
3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm,
partnership, corporation, or association under the same or different names will not be
considered. If the City believes that any Bidder is interested in more than one Bid for the
Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City
believes that collusion exists among the Bidders, all Bids will be rejected.
4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE —
a) It is the responsibility of each Bidder before submitting a Bid to examine the
Contract Documents thoroughly; visit the site to become familiar with local conditions that
may affect cost, progress, or performance of the Work; consider federal, state, and local
laws and regulations that may affect cost, progress, or performance of the Work; study
and carefully correlate the Bidder's observations with the Contract Documents; and notify
the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents.
(b) Reference is made to the Special Provisions for identification of those reports
of explorations and tests of subsurface conditions at the site which may have been
utilized by the Engineer in the preparation of the Contract Documents. However, such
reports are NOT a part of the Contract Documents. The interpretation of such technical
data, including any interpolation or extrapolation thereof, together with non-technical data,
interpretations, and opinions contained therein or the completeness thereof is the
responsibility of the Bidder.
(c) Copies of such reports and drawings will be made available for inspection by
the City to any Bidder upon request. Those reports and drawings are NOT part of the
Contract Documents, but any technical data contained therein upon which the Bidder is
entitled to rely is limited to that set forth in the Special Provisions.
(d) Subject to the provisions of Section 4215 of the California Government Code,
information and data reflected in the Contract Documents with respect to underground
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) INSTRUCTIONS TO
11/15/12 BIDDERS-PAGE 1
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.
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) INSTRUCTIONS TO
11/15/12 BIDDERS-PAGE 2
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 fumish the necessary insurance certificates, and Payment 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 fumish a Bid Bond as its security, the Bidder
shall use the Bid Bond form bound herein, or one conforming substantially to it in form.
7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the
City will return all bid securities accompanying such of the Bids that are not considered in
making the award. All other Bid securities will be held until the Agreement has been
finally executed. They will then be returned to the respective Bidders whose Bids they
accompany.
8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein.
Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one
Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of
schedules. All bid items shall be properly filled out. Where so indicated in the Bid
Documents, Bid price shall be shown in words and figures, and in the event of any conflict
between the words and figures, the words shall govern. The envelope enclosing the
sealed bids shall be plainly marked in the upper left-hand comer with the name and
address of the Bidder and shall bear the words 'BID FOR," followed by the title of the
Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the
address where the bids are to be delivered or mailed to, and the date and hour of opening
of bids. The Bid Security shall be enclosed in the same envelope with the Bid.
9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place
stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid
is received in proper time. Bids will not be accepted after the appointed time for opening
of bids, no matter what the reason.
10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in
the Bid Schedule, the Bidder shall fumish 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
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;
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) INSTRUCTIONS TO
11/15/12 BIDDERS-PAGE 3
(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
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) INSTRUCTIONS TO
11/15/12 BIDDERS-PAGE 4
the Bid Items of an individual Bid Schedule. In the event the Work is contained in more
than one Bid Schedule, the City may award schedules individually or in combination. In
the case of 2 or more Bid Schedules which are alternative to each other, only one of such
alternative schedules will be awarded.
17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall
execute a written Agreement with the City on the form of agreement provided, shall
secure all insurance, and shall furnish all certificates and bonds required by the Contract
Documents within 15 calendar days after receipt of the Agreement forms from the City.
Failure or refusal to enter into an Agreement as herein provided or to conform to any of
the stipulated requirements in connection therewith shall be just cause for an annulment
of the award and forfeiture of the Bid Security. If the lowest responsive, responsible
bidder refuses or fails to execute the Agreement, the City may award the Contract to the
second lowest responsive, responsible Bidder. If the second lowest responsive,
responsible Bidder refuses or fails to execute the Agreement, the City may award the
Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of
such second or third lowest Bidder to execute the Agreement, each such bidder's Bid
Securities shall be likewise forfeited to the City.
18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware
that in accordance with laws of the State of California, the Bidder will, if awarded the
Contract, be required to secure the payment of compensation to its employees and
execute the Worker's Compensation Certification.
- END OF INSTRUCTIONS TO BIDDERS-
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) INSTRUCTIONS TO
11/15/12 BIDDERS-PAGE 5
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.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) COVER SHEET
11/15/12 BID FORMS-PAGE 1
BID
BID TO: CITY OF PALM SPRINGS, CALIFORNIA
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with the City in the form included in the Contract Documents (as defined in
Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract
Documents entitled:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM
CENTER CITY PROJECT NO. 12-09
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) BID(PROPOSAL)
11/15/12 BID FORMS-PAGE 2
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:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) BID(PROPOSAL)
11/15/12 BID FORMS-PAGE 3
BID SCHEDULE
Lump Sum Price for Construction of
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM
CENTER PROJECT NO. 12-09
In Palm Springs, Califomia
Item Description
A. Install (2) new heaters (lochinvar copper fine — model CPN1802). Heaters
Will be provided by City.
B. Remove existing bypass manifold, valves and fittings and install new
bypass manifold, isolation valves and fittings — (new manifold CPVC,
isolation valves shall be Bray Series 30/31 resilient seat butterfly valves or
approved equal and all other fittings to be flanged, and all appurtenant
hardware)
C. Remove existing 8" inch pool return line, fittings, valves adjacent to heater
manifold and replace with new 8" inch line, isolation valves and fittings —
(8" inch line CPVC, isolation valves shall be Bray Series 30/31 resilient
seat butterfly valves or approved equal and all other fittings to be flanged,
and all appurtenant hardware)
D. Shall include heater start up, testing and operational training for City Staff.
Start up testing and final operation shall be to the satisfaction of the City.
TOTAL BID PRICE - FOR SCHEDULE
For the lump sum of
(Price in figures)
(Price in words)
Name of Bidder
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) LUMP SUM BID SCHEDULE
11/15/12 BID FORMS-PAGE 4
INFORMATION REQUIRED OF BIDDER
LIST OF SUBCONTRACTORS
As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below
the name and business address of each subcontractor who will perform Work under this Bid in
excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is
greater, and shall also list the portion of the Work which will be done by such subcontractor.
After the opening of Bids, no changes or substitutions will be allowed except as otherwise
provided by law. The listing of more than one subcontractor for each item of Work to be
performed with the words "and/or" will not be permitted. Failure to comply with this requirement
will render the Bid as non-responsive and may cause its rejection.
Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in
this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in
excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive.
Bidders shall list the total % of Work to be performed by the Prime Contractor here: _ (shall
not be less than 50%).
Contractor's Percent
License of Total
Work to be Performed Number Contract Subcontractor's Name &Address
1.
2.
3.
4.
5.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) LIST OF SUBCONTRACTORS
11/15/12 BID FORMS-PAGE 5
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
City Project No.: Bid Opening Date
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,
and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which
states:
The prime contractor shall use good faith efforts to sub-contract the supply of materials and
equipment to local business enterprises and to sub-contract services to businesses whose work
force resides within the Coachella Valley. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by
placing advertisements inviting proposals in local newspapers, sending request for proposals to
local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the
work or supply the materials or equipment. Any notice inviting bids which may require the use of
sub-contractors shall include notification of this subsection. The City Council or Director may
reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to
comply with the requirements of this subsection.
Bidders shall provide sufficient information to demonstrate that they have made good faith
efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined
in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted
with its Bid, Bidders shall identify local subcontractors not required to be identified on the List
of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish
materials and supplies for incorporation into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
Local firms that will furnish materials or supplies to the Bidder for this project:
LOCAL BUSINESS PREFERENCE PROGRAM
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT GOOD FAITH EFFORTS
AT SWIM CENTER CITY PROJECT NO.(#) BID FORMS-PAGE 6
11/15/12
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
LOCAL BUSINESS PREFERENCE PROGRAM
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT GOOD FAITH EFFORTS
AT SWIM CENTER CITY PROJECT NO.(#) BID FORMS-PAGE 7
11/15/12
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT GOOD FAITH EFFORTS
AT SWIM CENTER CITY PROJECT NO.(#) BID FORMS-PAGE 8
11/15/12
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California )
ss.
County of )
I, , being first duly swom, deposes and says that
he or she is of ,
the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not
directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder
or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the
Bidder has not in any manner, directly or indirectly, sought by agreement, communication,
or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix
any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to
secure any advantage against the public body awarding the Contract of anyone interested
in the proposed Contract; that all statements contained in the Bid are true; and, further,
that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent thereof, to effectuate
a collusive or sham Bid.
Bidder
By
Title
Organization
Address
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) NON-COLLUSION AFFIDAVIT
11/15/12 BID FORMS-PAGE 9
ALL-PURPOSE ACKNOWLEDGMENT
State of
County of
On before me,
Date Name,Title of Officer
personally appeared
NAME(S)OF SIGNER(S)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
Witness my hand and official seal.
Signature of Notary
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent
attachment of this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s)Other Than Named
Above
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) NON-COLLUSION AFFIDAVIT
11/15/12 BID FORMS-PAGE 10
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That as Principal, and
as Surety, are held
and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of:
dollars
(not less than 10 percent of the total amount of the bid)
for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns,jointly and severally, firmly by these presents.
WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid
Schedule(s)of the City's Contract Documents entitled:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER
CITY PROJECT NO. 12-09
NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the
manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written
Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required
Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this
obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is
brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said
City in such suit, including a reasonable attorneys fee to be fixed by the court.
SIGNED AND SEALED, this day of 2012.
PRINCIPAL:
(Check one: individual,_partnership, _corporation)
(Corporations require two signatures;one from each of the following groups:A.Chairman of Board,President,or any Vice President AND B.
Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer).
By
SURETY:
Signature(NOTARIZED)
Print Name and Title:
By
By Signature(NOTARIZED)
Signature(NOTARIZED) Print Name and Title
Print Name and Title:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) BID BOND (BID SECURITY FORM)
11/15/12 BID FORMS-PAGE 11
BIDDER'S GENERAL INFORMATION
The Bidder shall furnish the following information. Failure to complete all Items will cause
the Bid to be non-responsive and may cause its rejection.
1. BIDDER/CONTRACTOR'S Name and Street Address:
2. CONTRACTOR'S Telephone Number: ( )
Facsimile Number: ( )
3. CONTRACTOR'S License: Primary Classification
State License Numbers)
Supplemental License Classifications
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety
Address
Surety Company
Telephone Numbers: Agent( ) Surety( )
5. Type of Firm (Individual, Partnership or Corporation):
6. Corporation organized under the laws of the State of:
7. List the names and addresses of the principal members of the firm or names and
titles of the principal officers of the corporation or firm:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) BIDDER'S GENERAL INFORMATION
11/15/12 BID FORMS-PAGE 12
BIDDER'S GENERAL INFORMATION (Continued)
8. Number of years experience as a contractor in this specific type of construction work:
9. List at least three related projects completed to date:
a. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
C. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
10. List the name and title of the person who will supervise full-time the proposed work
for your firm:
11. Is full-time supervisor an employee contract services
12. A financial statement or other information and references sufficiently comprehensive
to permit an appraisal of your current financial condition may be required by the
Engineer.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) BIDDER'S GENERAL INFORMATION
11/15/12 BID FORMS- PAGE 13
AGREEMENT
THIS AGREEMENT made this day of in the year 2012,
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:
(REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM
CENTER)
CITY PROJECT NO. 12-09
The Work is generally described as follows:
A. Install (2) new heaters (lochinvar copper fine — model CPN1802) heaters will be
provided by City.
B. Remove existing bypass manifold, valves and fittings and install new bypass
manifold, isolation valves and fittings — (new manifold CPVC, isolation valves
shall be Bray Series 30/31 resilient seat butterfly valves or approved equal and
all other fittings to be flanged, and all appurtenant hardware)
C. Remove existing 8" inch pool return line, fittings, valves adjacent to heater
manifold and replace with new 8" inch line, isolation valves and fittings — (8" inch
line CPVC, isolation valves shall be Bray Series 30131 resilient seat butterfly
valves or approved equal and all other fittings to be flanged, and all appurtenant
hardware)
D. Shall include heater start up, testing and operational training for City Staff. Start
up testing and final operation shall be to the satisfaction of the City.
ARTICLE 2 — COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) AGREEMENT FORM
11/15/12 AGREEMENT AND BONDS- PAGE 14
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance With applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of $ 690 for each
Calendar day that expires after the time specified in Article 2, herein.
ARTICLE 3 -- CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
and Bid Schedule(s).
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit,
Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's
Compensation Certificate, Payment Bond, Standard Specifications, Special Provisions,
the Drawings, Addenda numbers to , inclusive, and all Change
Orders and Work Change Directives which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto.
ARTICLE 5 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the Engineer or the City as provided in the Contract Documents.
ARTICLE 6 — NOTICES
Whenever any provision of the Contract Documents requires the giving of a written
Notice, it shall be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 7 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) AGREEMENT FORM
11/15/12 AGREEMENT AND BONDS-PAGE 15
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.
ATTEST: CITY OF PALM SPRINGS,
CALIFORNIA
By
City Clerk
APPROVED BY THE CITY COUNCIL:
APPROVED AS TO FORM:
By Date
City Attorney
Date Agreement No.
CONTENTS APPROVED:
By
City Engineer
Date
By
City Manager
Date
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#) AGREEMENT FORM
11/15/12 AGREEMENT AND BONDS- PAGE 16
Corporations require two notarized signatures: One signature must be from Chairman of Board, President,
or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer,
Assistant Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: Check one: _Individual_Partnership _Corporation
Address:
By: By:
Signature (notarized) Signature(notarized)
Name: Name:
Title: Title:
(This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of ❑ State of C
County of Gss 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.
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AGREEMENT FORM
AT SWIM CENTER CITY PROJECT NO.(#) AGREEMENT AND BONDS- PAGE 17
11/15/12
WORKER'S COMPENSATION CERTIFICATE
(AS REQUIRED BY SECTION 1861
OF THE CALIFORNIA LABOR CODE)
I am aware of the provisions of Section 3700 of the California Labor Code,
which require every employer to be insured against liability for worker's
compensation, or to undertake self-insurance in accordance with the
provisions of said Code, and I will comply With such provisions before
commencing the performance of the Work of this Contract.
Contractor
By
Title
By
Signature(NOTARIZED)
Print Name and Title:
By
Signature(NOTARIZED)
Print Name and Title:
SURETY:
By
Title
(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT
AT SWIM CENTER CITY PROJECT NO.(#)
11/15/12
WORKER'S COMPENSATION CERTIFICATE
AGREEMENT AND BONDS- PAGE 18
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:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER
CITY PROJECT NO. 12-09
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.
PAYMENT BOND
AGREEMENT AND BONDS- PAGE 19
PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or
changes in the time of completion, which may be made pursuant to the terms of said
Contract Documents, shall not in any way release said Contractor or said Surety thereunder,
nor shall any extensions of time granted under the provisions of said Contract Documents
release either said Contractor or said Surety, and notice of said alterations or extensions of
the Agreement is hereby waived by said Surety.
SIGNED AND SEALED, this day of 2012.
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)
PAYMENT BOND
AGREEMENT AND BONDS- PAGE 20
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
LIMITS OF LIABILITY IN THOUSANDS Ix10001
L.n. TYPE OF INSURANCE POLICY NUMBER
EACH
COMPREHENSIVE GENERAL
LIABILITY
Including:
❑ EXPLOSION AND COLLAPSE BODILY INJURY $ 5
❑ UNDERGROUND DAMAGE a $
❑ PROPERTY DAMAGE
%10WCT5/COMRETEO OPERATIONS
❑ CONTRACTUAL INSURANCE Pr
❑ BROAD FORM PROPERTY DAMAGE
❑ INDEPENDENT CONTRACTORS BODILY INJURY AND
❑ PERSONAL INJURY PROPERTY $ $
DAMAGE COMBINED
PERSONAL INJURY $
COMPREHENSIVE AUTOMOBILE BODILY INJURY
LIABILITY EACH PERSON $
Including: EACH ACCIDENT
❑ O"ED
❑ HIRED PROPERTY DAMAGE
❑ NON-OWNED w
❑ MOTOR CARRIER ACT BODILY INJURY
AND PROPERTY $
DAMAGE COMBINED
EXCESS LIABILITY BODILY INJURY
Including: AND PROPERTY
❑ EMPLOYER'S LIABILITY DAMAGE COMBINED $
WORKER'S COMPENSATION STATUTORY
and
EMPLOYERS LIABILITY
Including: EL
❑ S (EACH
LONG SHOREMEN'S AND ACCmENTI
HARBOR WORKERS
OTHER ADDITIONAL INSURED ENDORSEMENT--CITY OF PALM SPRINGS
The undersigned certifies that he or she is the representative of the above-named insurance companies,that he or she has the authority to execute and issue this
certificate to Certificate Holder,and accordingly,does hereby certify on behalf of said insurance companies that policies of insurance listed above have been issued
to the insured named above and are in force at this time. Notwithstanding any requirement,term,or condition of any contract or other document with respect to
which this certificate may be issued or may pertain,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 Certificate does not..and,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 30 days written notice
to The below-named certificate holder:
NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED
BY
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT CERTIFICATE OF INSURANCE
AT SWIM CENTER CITY PROJECT NO.(#) AGREEMENT AND BONDS- PAGE 21
11/15/12
CITY OF PALM SPRINGS
PUBLIC WORKS AND ENGINEERING DEPARTMENT
PART II -- SPECIAL PROVISIONS
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT
SWIM CENTER CITY PROJECT NO. 12-09
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIMF9AWffTFFR SPECIAL PROVISIONS
CITY PROJECT NO. (#) GENERAL CONTENTS- PAGE 1
11/15/12
CITY OF PALM SPRINGS
PUBLIC WORKS AND ENGINEERING DEPARTMENT
SPECIAL PROVISIONS
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM
CENTER CITY PROJECT NO. 12-09
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.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT7gW ftC§t'fhftIONS, ABBREVIATIONS, AND SYMBOLS
CITY PROJECT NO. W SPECIAL PROVISIONS-SECTION 1 -PAGE 1
11/15/12
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 Parks Maintenance
Supervisor, 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 Terns. - 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, Caflfornia.
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 specked portion
of the Work beyond the time allowed in the Special Provisions.
Standard Plans-The Standard Drawings and the Special Drawings of the City of Palm Springs.
Owner-The Owner shall be the Agency, as defined above.
Working Day-A Working Day is defined as any day, except as follows:
(a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of
Palm Springs. Designated legal holidays are:
New Year's Day(January 1)
Martin Luther King Jr. Day(Third Monday in January)
President's Day(Third Monday in February)
Memorial Day(Last Monday in May)
Independence Day(July 4)
Labor Day(First Monday in September)
Veteran's Day(November 11)
Thanksgiving Day(Last Thursday in November)
Day after Thanksgiving Day
Christmas Eve Day(December 24)
Christmas Day(December 25)
When a designated holiday falls on a 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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT ATAWPUMARIONS, ABBREVIATIONS, AND SYMBOLS
CITY PROJECT NO. (#1 SPECIAL PROVISIONS- SECTION 1 -PAGE 2
11/15/12
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 -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT ATj WKWI RIONS, ABBREVIATIONS, AND SYMBOLS
CITY PROJECT NO. 1#1 SPECIAL PROVISIONS- SECTION 1 -PAGE 3
11/15/12
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:
8 WORKING DAYS
from the day specified in the Notice to Proceed issued by the City. Said time of
completion does not include time associated with ordering long lead-time items.
Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements
associated with ordering long lead-time items.
As set forth in the Agreement, the Contractor shall pay to the City as liquidated
damages the sum set forth in the Agreement per day for each and every calendar day's
delay in finishing the Work in excess of the number of working days prescribed above.
2-1.1 Subcontracts. In addition to the subcontractors required to be listed in
accordance with Section 2-3.1 of the Standard Specifications, each proposal shall have
listed therein the name and address of all subcontractors, regardless of the amount of
work. The list of subcontractors shall also set forth the portion of work that will be done
by each subcontractor listed. A sheet for listing the subcontractors is included in the
Proposal.
2-2 CONTRACT BONDS
2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION
The following shall be added at the end of Section 2-4 of the Standard Specifications:
"The Contractor shall ensure that its Bonding Company is familiar with all of the terms and
conditions of the Contract Documents, and shall obtain a written acknowledgement by the
Bonding Company that said Bonding Company thereby waives the right of special notification
of any changes or modifications of the Contract, or of extensions of time, or of decreased or
increased Work, or of cancellation of the Contract,or of any other act or acts by the City or any
of its authorized representatives."
Performance Bond is not required.
2-2.2 EXECUTION OF BONDS
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER SCOPE AND CONTROL OF WORK
CITY PROJECT NO. W SPECIAL PROVISIONS-SECTION 2- PAGE 1
11/15/12
Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b)
one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties
and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's
certificate evidencing that it is an admitted surety insurer shall be submitted with the
bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure
Section 995.510 shall be met to the satisfaction of the City Engineer.
2-3 PRECEDENCE OF CONTRACT DOCUMENTS
The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read
as follows:
In resolving disputes resulting from conflicts, errors, or discrepancies in any of the
Contract Documents, the document highest in precedence shall control. The order of
precedence shall be as listed below:
1. Change Orders or Work Change Directives
2. Agreement
3. Addenda
4. Contractors Bid(Bid Forms)
5. Special Provisions
6. Notice Inviting Bids
7. Instructions to Bidders
8. Plans(Contract Drawings)
9. Standard Plans
10. Standard Specifications
11. Reference Documents
With reference to the Drawings, the order of precedence shall be as follows:
1. Figures govern over scaled dimensions
2. Detail drawings govern over general drawings
3. Addenda or Change Order drawings govem over Contract Drawings
4. Contract Drawings govern over Standard Drawings
5. Contract Drawings govern over Shop Drawings
2-4 SUBSURFACE DATA
Section 2-7 of the Standard Specifications shall be revised to read as follows:
"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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER SCOPE AND CONTROL OF WORK
CITY PROJECT NO. W SPECIAL PROVISIONS- SECTION 2- PAGE 2
11/15/12
2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information
contained in such reports or shown or indicated in such drawings, or
2-7.1.3. Interpretation. -Any interpretation by the Contractor of such 'technical data,"or any
conclusion drawn from any "technical data" or any such data, interpretations, opinions or
information."
2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY
Unless indicated otherwise, all temporary access or construction rights-of-way, other
than those shown on the Plans, which the Contractor may find it requires during
progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its
own expense.
2-8 AUTHORITY OF THE ENGINEER
The Engineer will decide all conflicts which may arise as to (1) the quality or
acceptability of the materials or equipment furnished, (2) the performance of the Work,
(3)the manner of performance and rate of progress of the Work, (4)the interpretation of
the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the
Contract on the part of the Contractor, and (6) compensation of the Contractor. The
Engineer's decision shall be final, and he shall have the authority to enforce and make
effective such decisions and orders which the Contractor may fail to carry out promptly.
2-9 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 fumished shall
be subject to the Engineer's inspection.
When the Work is substantially completed, a representative of the Engineer will make
the final inspection.
2-10 SITE EXAMINATION
The Contractor shall have the sole responsibility of satisfying itself concerning the
nature and location of the Work, and the general and local conditions, such as, but not
limited to, all other matters which could in any way affect the Work or the costs thereof.
The failure of the Contractor to acquaint itself with all available information regarding
any applicable existing or future conditions shall not relieve it from the responsibility for
properly estimating either the difficulties, responsibilities, or costs of successfully
performing the Work according to the Contract Documents.
2-11 FLOW AND ACCEPTANCE OF WATER
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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER SCOPE AND CONTROL OF WORK
CITY PROJECT NO. 1#) SPECIAL PROVISIONS- SECTION 2- PAGE 3
11/15/12
that it has investigated the risk arising from such waters, and has prepared its Bid
accordingly; and the Contractor, by submitting such a Bid, assumes all said risk.
2.12 SUBMITTALS
The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard
Specifications:
On lump sum items, the Contractor shall submit, for approval by the
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 -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER SCOPE AND CONTROL OF WORK
CITY PROJECT NO. W SPECIAL PROVISIONS- SECTION 2-PAGE 4
11/15/12
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 (1 st tier only) 5 percent
6) lower tier subcontractors none
To the sum of the costs and markups provided for in this subsection, except for
labor, one percent shall be added as compensation for bonding.
- END OF SECTION -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER CHANGES IN WORK
CITY PROJECT NO. (#) SPECIAL PROVISIONS- SECTION 3-PAGE 1
11/15/12
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
4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead
supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic
control facilities within 3 working days after the award of Contract by
the City. The Contractor shall furnish the Engineer with a statement from the vendors)
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 -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER CONTROL OF MATERIALS
CITY PROJECT NO. (#) SPECIAL PROVISIONS- SECTION 4-PAGE 1
11/15/12
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.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER UTILITIES
1/1 PROJECT NO. 1#1
11/15/12 SPECIAL PROVISIONS-SECTION 5-PAGE 7
The public utility, where they are the owner, shall have the sole
discretion to perform repairs or relocation work, or permit the Contractor
to do such repairs or relocation work at a reasonable price."
Special Note: While the City endeavors to show all known utilities in the plans, the
City's inclusion of this special provision with reference to Government Code Section
4215 is made to advise the Contractor of the fact that not all utilities may be shown
in the plans, and that by this reference included in the specifications, the Contractor
assumes responsibility for protecting all known utilities that are shown in the plans
OR identified by location in the project area by markings provided by Underground
Service Alert prior to construction. The City will only compensate the Contractor, as
required by law, for locating utilities that are shown in the plans or identified by
location in the project area by markings provided by Underground Service Alert, and
which can not be found in the general location identified. The City will not
compensate the Contractor for locating and protecting utilities shown in the plans
OR marked by Underground Service Alert prior to construction. The Contractor is
advised to investigate and review all existing utilities in the project area, and in
submitting a Bid, acknowledges its responsibilities as referenced herein.
- END OF SECTION -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER UTILITIES
CITY PROJECT NO. W SPECIAL PROVISIONS- SECTION 5 -PAGE 2
11/15/12
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
6-3 NOTIFICATION
The Contractor shall notify the City and the owners of all utilities and
substructures not less than 2 working days prior to commencing the Work. The
following list of names and telephone numbers is intended for the convenience of the
Contractor only and is not guaranteed to be complete or correct:
CITY OF PALM SPRINGS
Mike Lytar, Senior Public Works Inspector (760)323-8253
Valerie Wagner,Streets Maintenance Supervisor (760)323-8167
Dave Barakian,City Engineer (760)323-8253
Rick Minjares, Parks Maintenance Supervisor (760)567-1034
VERIZON
Attention: Mr. Larry Moore (760)778-3603
DESERT WATER AGENCY
Attention: Ms. Debbie Randall (760)3234971
SOUTHERN CALIFORNIA EDISON COMPANY
Attention: Mr. Frank Jasso (760)2024278
SOUTHERN CALIFORNIA GAS COMPANY
Attention: Ken Kennedy (909)335-7716
TIME-WARNER CABLE
Attention: Mr. Dale Scrivner (760)340-1312
SPRINT
Attention: Mr. Lynn Durrett (909)873-8022
UNDERGROUND SERVICE ALERT (800)227-2600
PROSECUTION, PROGRESS,
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER AND ACCEPTANCE OF THE WORK
CITY PROJECT NO. W SPECIAL PROVISIONS- SECTION 6 -PAGE 1
11/15/12
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 -
PROSECUTION, PROGRESS,
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER AND ACCEPTANCE OF THE WORK
CITY PROJECT NO. W SPECIAL PROVISIONS-SECTION 6 -PAGE 2
11/15/12
SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR
7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be
revised to read as follows:
"The Contractor shall keep itself fully informed of all existing and future
State and Federal laws, and county and municipal ordinances and
regulations, which in any manner affect those engaged or employed in the
Work, or the materials used in the Work, or which in any way affect the
conduct of the Work, and of all such orders and decrees of bodies or
tribunals having any jurisdiction or authority over the same. He or she
shall at all times observe and comply with all such existing and future
laws, ordinances, regulations, orders, and decrees of bodies or tribunals
having any or all authority over the Work, and shall indemnify the City and
all officers and employees thereof connected with the Work, including, but
not limited to, the City Engineer, against any claim or liability arising from,
or based on, the violation of any such law, ordinance, regulation, order, or
decree, whether by itself or its employees. If any discrepancy or
inconsistency is discovered in the Plans, Drawings, Special Provisions, or
Contract for the Work in relation to any such law, ordinance, regulation,
order, or decree, the Contractor shall forthwith report the same to the
Engineer in writing."
7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The
Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive,
of the California Labor Code relating to working hours. The Contractor shall forfeit, as a
penalty to the City, $25.00 for each worker employed in the execution of the contract by
the Contractor or by any subcontractor under him for each calendar day during which
such worker is required or permitted to work more than 8 hours in any one calendar day
or 40 hours in any one calendar week, unless such worker receives compensation for
all hours worked in excess of 8 hours per day, or 40 hours during any one week at not
less than one and one-half times the basic rate of pay.
7-3 Prevailing Wage Rates Not Applicable. - Funding for the Work is with all local
funds and, as provided under the City Charter, will NOT require compliance with the
prevailing wage requirements of the State of California.
7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of
a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179
through 3210 of the Civil Code of the State of California, the City shall, until the
discharge thereof, withhold from the moneys under its control so much of said moneys
due or to become due the Contractor under this Contract, as shall be sufficient to
answer the claim stated in such Stop Notice, and to provide for the reasonable cost of
any litigation thereunder, provided, that if the 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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTV*SPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 1#1 11/15/12 SPECIAL PROVISIONS-SECTION 7- PAGE 1
the State of California, said moneys shall not thereafter be withheld on account of such
Stop Notice.
7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the
California Public Contract Code, the Contractor may substitute securities for any money
withheld by the City to ensure performance under the Contract. At the request and
expense of the Contractor, securities equivalent to the amount withheld shall be
deposited with the City or with a state or federally chartered bank as the escrow agent,
who shall return such securities to the Contractor upon satisfactory completion of the
Contract. Deposit of securities with an escrow agent shall be subject to a written
agreement for in-lieu construction payment retention, provided by the City between the
escrow agent and the City, which provides that no portion of the securities shall be paid
to the Contractor until the City has certified to the escrow agent, in writing, that the
Contract has been satisfactorily completed. The City will not certify that the Contract has
been satisfactorily completed until at least 30 days after filing by the City of a Notice of
Completion. Securities eligible for investment under Public Contract Code Section
22300 shall be limited to those listed in Section 16430 of the Government Code, and to
bank or savings and loan certificates of deposit.
7-7 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous
Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on
Contract. - (a) As required under Section 7104 of the Public Contract Code, in any
public works contract of a local public entity, which involves the digging of trenches or
other excavations that extend deeper than 1.2 meters (4 feet) below the surface, shall
be subject to the following conditions: the Contractor shall promptly, before the
conditions are disturbed, notify the public entity in writing of such conditions.
(b) It has been determined that the OSHA soil classification in Palm Springs has
designated to be Type C soil throughout the City. All protective measures shall be
based upon that determination.
7-8 Resolution of Construction Claims. - As required under Section 20104, et
seq., of the California Public Contract Code, any demand of $375,000 or less, by the
Contractor for a time extension, payment of money, or damages arising from the work
done by or on behalf of the Contractor pursuant to this Contract, or payment of an
amount which is disputed by the City, shall be processed in accordance with the
provisions of said Section 20104, et seq., relating to informal conferences, non-binding
judicially-supervised mediation, and judicial arbitration.
A single written claim shall be filed under this Article prior to the date of final payment for
all demands resulting out of the Contract.
Within 30 days of the receipt of the claim, the City may request additional
documentation supporting the claim, or relating to defenses or claims the City may have
against the Contractor. If the amount of the claim is less than $50,000, the Contractor
shall respond to the request for additional information within 15 days after receipt of the
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTIWSPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. IJII SPECIAL PROVISIONS-SECTION 7- PAGE 2
11/15/12
request. The Contractor shall respond to the request within 30 days of receipt, if the
amount of the claim exceeds $50,000, but is less than $375,000.
Unless further documentation is requested, the City shall respond to the claim within 45
days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of
the claim is more than $50,000, but less than $375,000. If further documentation is
requested, the City shall respond within the same amount of time taken by the
Contractor to respond, or 15 days, whichever is greater, after receipt of the information,
if the claim is less than $50,000. If the claim is more than $50,000, but less than
$375,000, and further documentation is requested by the City, the City shall respond
within the same amount of time taken by the Contractor to respond, or 30 days,
whichever is greater.
If the Contractor disputes the City's response, or the City fails to respond, the Contractor
may demand an informal conference to meet and confer for settlement of the issues in
dispute. The demand shall be served on the City, within 15 days after the deadline of
the City to respond, or within 15 days of the City's response, whichever occurs first. The
City shall schedule the meet and confer conference within 30 days of the request.
If the meet and confer conference does not produce a satisfactory request, the
Contractor may pursue the remedies authorized by law.
7-9 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully
with the requirements of Section 1717 of the Construction Safety Orders, State of
California, Department of Industrial Relations, regarding the design of concrete forms,
falsework, and shoring, and the inspection of same prior to the placement of concrete.
Where the said Section 1717 requires the services of a civil engineer registered in the
State of California to approve design calculations and working drawings of the falsework
or shoring system, or to inspect such system prior to the placement of concrete, the
Contractor shall employ a registered civil engineer for these purposes, and all costs
therefore shall be included in the Bid item price named in the Contract for completion of
the Work as set forth in the Contract Documents.
7-11 INSURANCE
The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard
Specifications, shall provide coverage for not less that the following amounts, or greater
where required by laws and regulations:
INSURANCE AMOUNTS
Prior to commencing any Work, all contractors, vendors and service providers shall
procure and maintain, at their own cost and expense for the duration of their contract
with the City, appropriate insurance against claims for injuries to persons or damages to
property which may arise from or in connection with the performance of the work or
services. The types of insurance required and the coverage amounts are specified
below:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTIRSPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. I#) SPECIAL PROVISIONS-SECTION 7 -PAGE 3
11/15/12
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-parry
claims which may arise out of work or presence of a contractor, vendor and
service provider on City premises. At a minimum this policy shall:
• be written on a per occurrence basis; and
• include products and completed operations liability, independent contractors
liability, broad form contractual liability, and cross liability protection.
2. Automobile Liability Insurance is required only when vehicles are used by a
contractor, vendor or service provider in their scope of work or when they are
driven off-road on City property. Compliance with California law requiring auto
liability insurance is mandatory and cannot be waived. At a minimum this policy
shall:
• be written on a per occurrence basis; and
• include coverage for Bodily Injury and Property Damage, Owned, Non-owned
and Hired Vehicles; and
• include coverage for owned, non-owned, leased and hired vehicles.
If an automobile is not used in connection with the services provided by the
contractor, vendor or service provider, a written request to waive this requirement
should be made to the City's Risk Manager.
3. Workers' Compensation and Employer's Liability Insurances is required for
any contractor, vendor or service provider that has any employees at any time
during the period of this contract. Contractors with no employees must complete
a Request for Waiver of Workers' Compensation Insurance Requirement form
available from the City's Risk Manager. At a minimum, this policy shall:
• provide statutory requirements of the State of California; and
• include $1,000,000 Employer's Liability.
B. Minimum Limits of Insurance Coverage Required
Under$25,000 $500,000 per Occurrence/$1 Million Aggregate
$25,000 to $5 Million: $1 Million per Occurrence/ $2 Million Aggregate
Over$5 Million: Limits to be determined by the City's Risk Manager
Umbrella excess liability may be used to reach the limits stated above.
C. General Standards for Insurance Policies
All insurance policies shall meet the following standards:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENT1WSPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. (#)11/15/12 SPECIAL PROVISIONS-SECTION 7-PAGE 4
1. Insurance carrier is to be placed with duly licensed or approved non-admitted
insurers in the state of California.
2. Insurers must have a Best's rating of B+, Class VII, or higher(this rating includes
those insurers with a minimum policyholder's surplus of $50 Million to $100
Million). Exceptions to the Best's rating may be considered when an insurance
carrier meets all other standards and can satisfy surplus amounts equivalent to a
B+, Class VII rating.
3. Certificate must include evidence of the amount of any deductible or self-insured
retention under the policy.
D. Verification of Insurance Coverage
All individuals, contractors, agencies, and organizations conducting business for the
City shall provide proof of insurance by submitting one of the following: (1) an
approved General and/or Auto Liability Endorsement Form for the City of Palm
S rin 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 "for any and all work
performed with the City" may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have" ("as it relates to a specific contract" or "for any and
all work performed with the City" may be included in this statement). See
Example A below.
As an alternative to the non-contributory endorsement, the City will accept a
waiver of subrogation endorsement on the General Liability policy. At a minimum,
this endorsement shall include the following language:
"This insurance company agrees to waive all rights of subrogation against the
City of Palm Springs, its officers, officials and employees for losses paid under
the terms of this policy which arise from the work performed by the named
insured for the City."
3. "The insurance afforded by this policy shall not be cancelled except after thirty
days prior written notice by certified mail return receipt requested has been given
to the City." Language such as, "endeavor to" mail and "but failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its
agents or representative" is not acceptable and must be crossed out. See
Example B below.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTWSPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. Uil SPECIAL PROVISIONS - SECTION 7 - PAGE 5
11/15/12
The Workers' Compensation and Employer's Liability policies shall contain waiver of
subrogation clause in favor of City, its elected officials, officers, employees, agents
and volunteers. See Example C below.
In addition to the endorsements listed above, the City of Palm Springs shall be
named the certificate holder on the policy.
All certificates and endorsements are to be received and approved by the City
before work commences. All certificates of insurance must be authorized by a
person with authority to bind coverage, whether that is the authorized agent/broker
or insurance underwriter. Failure to obtain the required documents prior to the
commencement of works hall not waiver the contractor's obligation to provide them.
E. Acceptable Alternatives to Insurance Industry Certificates of Insurance
The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form
specific to a particular insurance company that has similar wording) as long as the
form is accompanied by a CG 20 37 10 01. In addition, the City will accept the
following:
• A copy of the full insurance policy which contains a thirty (30) days' cancellation
notice provision (ten (10) days for non-payment of premium) and additional
insured and/or loss-payee status, when appropriate, for the City.
• Binders and Cover Notes are also acceptable as interim evidence for up to 90
days from date of approval
F. Endorsement 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 B:
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENT4*SPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 1#1 SPECIAL PROVISIONS- SECTION 7 - PAGE 6
11/15/12
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
FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION 0
I IADII ITV OF ANY KIND UPON THE INSURER ITS AGENTS OR
DCDD CC C�ITATI\/CC
*The broker/agent can include a qualifier stating `10 days notice for
nonpayment of premium."
Example C:
IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES
THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL
INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES
DESCRIBED IN THE CERTIFICATE ATTACHED HERETO.
G. Alternative Programs/Self-Insurance
Under certain circumstances, the City may accept risk financing mechanisms such
as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive
insurance programs and self-insurance programs as verification of insurance
coverage. These programs are subject to separate approval once the City has
reviewed the relevant audited financial statements and made a determination that
the program provides sufficient coverage to meet the City's requirements.
The City has recently joined SPARTA (Service Providers & Artisans Trade Activities
Program) to accommodate smaller contractors and service providers who have
difficulty in meeting the City's insurance requirements. The SPARTA Program offers
a general liability program that 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
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTIWSPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. IJII SPECIAL PROVISIONS-SECTION 7 -PAGE 7
11/15/12
Any waiver or modification of the insurance requirements can only be made by the
City's Risk Manager or designee at City's discretion. If you do not believe that the
insurance requirements apply to you (e.g., you do not have employees and are not
subject to the State workers' compensation insurance requirements; you do not
drive an automobile in connection with the services you provide to the City;
professional liability or errors and omissions liability insurance is not available for the
type of services you are performing, etc.), please submit a written request for waiver
or modification of the insurance requirements and the reasons underlying your
request to the Risk Manager. All requests for waiver or modification will be reviewed
and a final determination rendered by the Risk Manager.
7-12 PERMITS
7-12.1 Business License. The Contractor and all of its subcontractors shall possess a
current City business license issued by the City prior to commencement of the Work, in
accordance with Title 3 of the City s Municipal Code. The Contractor shall obtain a
Business License from the City of Palm Springs prior to commencement of work. The
Business License can be obtained from the City of Palm Springs, Business License
Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289.
7-12.3 City of Palm Springs Construction Permit. The Contractor shall be required to
obtain and sign a City of Palm Springs Construction Permit prior to commencement of
the Work, but the fee for this permit shall be waived. The Construction Permit can be
obtained from the office of the Engineer.
7-14 SITE 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.
7-15 DUST CONTROL
7-15.1 General
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTk*SPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. W SPECIAL PROVISIONS- SECTION 7 -PAGE 8
11/15/12
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
ro'ect in conformance with City requirements, Section 7-8 of the Standard
Specifications, and to the satisfaction of the City Engineer.
- END OF SECTION -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTWSPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 1#1 SPECIAL PROVISIONS-SECTION 7 - PAGE 9
11/15/12
SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL
(BLANK)
- END OF SECTION -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER FACILITIES FOR AGENCY PERSONNEL
CITY PROJECT NO. W SPECIAL PROVISIONS-SECTION 8- PAGE 1
11/15/12
SECTION 9 - PAYMENT
9-1 GENERAL
9-1.1 Payment. - Payment for the work, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment,
supplies, and manufactured articles, and for all labor, operations, and incidentals
appurtenant to the items of work being described, as necessary to complete the work, in
accordance with the provisions for Measurement and Payment in the Standard
Specifications and these Special Provisions, including all appurtenances thereto, and
including all costs of compliance with the regulations of public agencies having
jurisdiction, including the Safety and Health Requirements of the California Division of
Industrial Safety and the Occupational Safety and Health Administration of the U.S.
Department of Labor(OSHA).
9-1.2 Partial and Final Payments. - Acceptance of any progress payment
accompanying any estimate without written protest shall be an acknowledgement by the
Contractor that the number of accumulated contract days shown on the associated
statement of working days is correct. Progress payments made by the City to the
Contractor after the completion date of the Contract shall not constitute a waiver of
liquidated damages.
Subject to the provisions of Section 22300 of the Public Contract Code, 10 percent
retention will be withheld from each payment. All invoices and pay requests shall be
approved by the Engineer before submittal to the City for payment. All billings shall be
directed to the Engineer.
The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for
the entire amount covered by such invoice; valid unconditional waivers of lien from the
Contractor and all subcontractors and material-men for all work and materials included
in any prior invoices;
Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262.
Prior to final payment by the City, the Contractor shall submit a final waiver of lien for
the Contractor's work, together with releases of lien from any subcontractor or material-
men.
Payments shall be processed in accordance with Section 9-3 "Payment' of the
Greenbook Standard Specifications for Public Works Construction, provided, however,
that the Contractor shall make an estimate of the work performed prior to the closure
date of each month to serve as the basis of an invoice for making monthly payments.
The closure date shall be established as the last day of the month in which work is
performed. The Engineer shall review the Contractors monthly estimate of the work,
and shall either reject or approve the estimate. If rejected, the Contractor shall revise
the monthly estimate of work, and resubmit for approval by the Engineer. The
Contractor shall receive payment by mail to the Contractors business address within 30
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER MEASUREMENT AND PAYMENT
CITY PROJECT NO. (#) SPECIAL PROVISIONS-SECTION 9- PAGE 1
11/15/12
days of the Engineer's approval of the Contractor's monthly estimate of the work.
Payments shall not be made more frequently than once per month.
The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and
the following substituted therefore:
After 35 days of the Citys recordation of a Notice of Completion with the County Recorder, or as
prescribed by law, the amount deducted from the partial payments and retained by the City will be
processed for payment to the Contractor, except for such amounts as are required by law to be
withheld by properly executed and filed notices to stop payment, or as may be authorized by the
Contract to be further retained.
9-2 PAYMENT FOR MOBILIZATION.
Payment for mobilization will be based upon completion of such work as a lump sum,
non-proratable pay item, and shall require completion of all of the listed items during the
first 10 days following the Notice to Proceed.
The scope of the work for mobilization shall include the obtaining of all bonds,
insurance, and permits, moving onto the site of all plant and equipment, and the
furnishing and erecting of plants, temporary buildings, and other construction facilities,
all as required for the proper performance and completion of the Work. Mobilization
shall include, but not be limited to, the following principal items:
1. Moving onto the site of all Contractor's plant and equipment required.
1. Installing temporary construction power, wiring, and lighting facilities.
3. Establishing fire protection system.
4. Providing on-site communication facilities for the Contractor and the
Engineer.
5. Providing on-site sanitary facilities and potable water facilities.
6. Obtaining and paying for all required bonds, insurance, and permits.
7. Posting all OSHA-required notices, and establishment of OSHA-
approved safety programs.
8. Having the Contractor's superintendent at the job site full-time.
9. Submitting of the required Construction Schedule, as specified in the
Section 6-1, "Construction Schedule and Commencement of Work"
of the Standard Specifications.
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.
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER MEASUREMENT AND PAYMENT
CITY PROJECT NO. W SPECIAL PROVISIONS-SECTION 9- PAGE 2
11/15/12
No payment for any of the listed Mobilization Work items will be made until all of the
listed items have been completed to the satisfaction of the Engineer.
The Contractor's attention is directed to the condition that 5 percent of the total Contract
Price will be deducted from any money due the Contractor until all mobilization items
listed above have been completed as specified.
The aforementioned amount will be retained by the City as the agreed, estimated value
of completing all of the mobilization items listed. Any such retention of money for failure
to complete all such mobilization items shall be in addition to the retention of any
payment pursuant to the provisions of Public Contract Code 22300.
- END OF SECTION -
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM CENTER MEASUREMENT AND PAYMENT
CITY PROJECT NO. 1#1 SPECIAL PROVISIONS-SECTION 9 - PAGE 3
11/15/12
SECTION 10 -- CONSTRUCTION DETAILS
10-1 GENERAL
10-1 RECORD DRAWINGS
The Contractor shall keep a complete set of record drawings at the job site. The
Construction Plans shall be legibly marked showing each actual item of record
construction including:
1. Field changes of dimensions, locations and/or materials with details as required to
clearly delineate the modifications.
2. Any details not in the original Construction Plans developed by the City throughout
construction necessary to clarify or modify the Construction Plans.
The Contractor shall maintain all record information daily and make this information
available to the Project Inspector upon request. The Contractor's progress payment will
not be approved unless project record drawings are current.
10-2 LOCATION AND DESCRIPTION OF THE WORK
10-2.1 General Location. -
The work location will be the City of Palm Springs Swim Center at Sunrise Park.
10-3 REMOVALS. — Items to be legally disposed of pursuant to these specifications are
the responsibility of the Contractor.
10-4 ELECTRICAL
10-4.1 Codes and Standards. All work shall comply with National Electrical Code, latest
edition, local utility company regulations, and City of Palm Springs codes and ordinances.
10-4.2 Record Drawings. During progress of the work, the Contractor shall maintain an
accurate record of the installation of all items.
10-4.3 Accuracy of Data. The Generator Installation Drawing and these Specifications
shall be used for guidance. Any changes in location or alignment shall be approved by the
Engineer. Contractor is to be familiar with all existing conditions prior to submitting bid.
10-4.4 Installation of pool heaters. - The Contractor shall install the new pool heaters
(provided by the City) in accordance with the Manufacturers instructions.
REPLACEMENT OF POOL HEATERS AND BYPASS
EQUIPMENT AT SWIM CENTER CITY PROJECT NO.(#) CONSTRUCTION DETAILS
11/15/12 SPECIAL PROVISIONS-SECTION 10- PAGE 1
10-4.5 Testing. Upon completion of this portion of the Work, test all parts of the
electrical system in the presence of the Engineer. Demonstrate that all equipment
fumished, installed, and/or connected under this Section of these Specifications functions
electrically in the required manner. All systems shall test free from short circuits and
grounds, shall be free from mechanical and electrical defects, and shall show an
insulation resistance between phase conductors and ground of not less than that required
by the National Electrical Code. Test all circuits for proper neutral connections.
10-4.6 Payment. Payment for the work required in this section shall be considered as
included in the lump sum price bid, and no additional compensation will be allowed
therefore.
- END OF SECTION -
REPLACEMENT OF POOL HEATERS AND BYPASS
EQUIPMENT AT SWIM CENTER CITY PROJECT NO.(#) CONSTRUCTION DETAILS
11/15/12 SPECIAL PROVISIONS-SECTION 10-PAGE 2
CITY OF PALM SPRINGS
PUBLIC WORKS AND ENGINEERING DEPARTMENT
PART III - APPENDIX
REPLACEMENT OF POOL HEATERS AND BYPASS EQUIPMENT AT SWIM
CENTER CITY PROJECT NO. 12-09
Project Drawing
Material specifications
REPLACEMENT OF POOL HEATERS AND BYPASS
EQUIPMENT AT SWIM CENTER CITY PROJECT NO.(#) CONTENTS
11/15/12 PART III
Page 1 of 1
n
ir
OW oft
on WN
Op 11,I
fi
,i
2
POiO �lgpaser,CaYana ::- s Msi?:� _ _
p#M Sp4! Swim Center Site Plan
a equipment room N CityGIS
.C�4FOO
Copyright 02006 All Rights Reserved. The information contained herein is the proprietary property of the
contributor supplied under license and may not be approved except as licensed by Digital Map Products.
http://maps.digitalmapcentral.com/production/citygis/v07_O3_001/index.p7.aspx 11/15/2012
JIIL-23-2012 12:01 OARC PAC 17607341611 P.007
cur
r,+ N� 6fEY� Y '
AIM"
tp
�Q•
N
CMUC fog
AlC1eL Q f>� �f'Ft. {G
SERIES 31
*ATTENTION' EM-0014
11115 DOCUMENT IS VALID IF AND ONLY G Y�I PERSONALLT DONRRDAOEO IF FROM W1YWJIRAT.COM
IF YOU RECEIVED THIS DOCUMENT FROM ANY DINER SOURCE. PLEASE TAKE INTO CONSIDERATION TNAT ALTERATIONS Date,June W3
COULD HAVE BEEN MADE. FOR AN ORIGINAL COPY. PLEASE CONTACT BRAT VALVE AT 281-894-5454
Fos
VolvoA a C D E F eC'P No.of XeM G H J K L eC Ne. a Tn A��W"19M
Size2 3.69 1.62 2.00 2.84 5.50 3.54 2.76 4 .39 .55 .39 1.25 1.32 2.30 4.75 4 .62-11 A 1 7.0
214 4.19 1.75 2.50 3.34 6.00 3.54 2.76 4 .39 .55 .39 1.25 1.91 J7.6914.2
4 .62-11 A 8.0
3 4.88 1.75 3.00 4.03 6.25 3.54 2.76 4 .39 .55 .39 1.25 2.55 0 4 .62-11 A 9.0
4 6.06 2.00 4.00 5.16 7.00 3.54 2.76 4 .39 .63 .43 1.25 3.57 0 8 .62-11 8 15.0
5 7.12 2.12 5.00 6.16 7.50 3.54 2.76 4 .39 .75 .51 1.25 4.63 0 8 .75-10 C 20.0
6 8.12 2.12 5.75 7.02 8.00 3.54 2.76 4 .39 .75 .51 1.25 5.45 0 8 .75-10 C 23.0
8 10.50 2.50 7.75 9.47 9.50 5.91 4.92 4 .57 .87 .63 1.25 7.45 8 .75-10 D 42.0
10 12.75 2.50 9.75 11.47 10.75 5.91 4.92 4 .57 1.18 .87 2.00 9.53 12 .88-9 E 66.0
12 14.88 3.00 11.75 13.47 12.25 5.91 4.92 4 .57 1.18 .87 2.00 11.47 12 .88-9 E 88.0
Not.: K dim is disc chordal dimension at voles face.
9 �{ H Across Flats G Stem Diu.
B I J
7
I
6
5 FLANGE DRILLING
AS SPECIFIED gEK C D + L*F .
2
1 L
9 RETAINING RING 1
8 THRUST WASHER 1
7 STEM RETAINER 2
6 BUSHING 1
5 PACKING 1
4 STEM 1
3 DISC 1
2 SEAT 1
i BODY 1
ITEM No. NAME REQUIRED SERIES/PART No. MATERIAL SPECIFICATION/REMARKS
Tbe
Valve Size Fig. Drilling =. BRAY VALVE & CONTROLS
Pressure Rating C-P-T A eoEsldlu a BEAT Da'MUMONAL, Too.
Customer/Project PARTS UST AND DIMENSIONS (Inches)
Inq./P.O. No. BUTTERFLY VALVE, SERIES 31 SIZES 2"-12"
Bray Order No. 9e6ee size Pert No. T M.t-4-1
Drawing No. r ■ ■
Certified Correct By Date rim ES11 A-0014 r1
REV. 1 /axe-12A DeK ND.$01
l
iV u
w
f e1'
Y
*
iZ.
w
amri
F h
FA
1
BUTTERFLY VALVES SERIES 30/31 Wafer/Lug
RESILIENT SEATED 2 - 20 (50mm-500mm)
0
M2'-20' (SOmm—SOOmm) STEM BUSHING(D)
Bray®Controls is proud Non-corrosive,heavy duty
to offer a high quality line acetal bushing absorbs
of butterfly valves to meet actuator side thrusts.
Wthe requirements of today's
market.Combining years of STEM SEAL(E)
1111 field application experience, M Double"IY'cup seal design
research and development, is self-adjusting and gives
Bray has designed many positive sealing in both
Wunique features in the Series directions.Prevents external
30/31 not pre-viously available. substances from entering the
The results are longer service stem bore.
life,greater reliability,ease
of parts replacement and NECK(F)Extended neck
interchangeability of components. . . length allows for 2"of piping
insulation and is easily acces-
DISC AND STEM CONNECTION K,' slble for mounting actuators.
(A)Features a high-strength through stem
design.The close tolerance,double"D" PRIMARY AND
connection that drives the valve disc is an l '' SECONDARY SEALS(G)
exclusive feature of the Bray valve. The Primary Seal is achieved
It eliminates stem retention components by an interference fit of the
being exposed to the line media,such as molded seat flat with the disc
disc screws and taper pins,which corn- v hub.The Secondary Seal
monly result in leak paths,corrosion,and is created because the stem
vibration failures.Disc screws or taper diameter is greater than the
pins,due to wear and corrosion,often diameter of the seat stem
hole.These seals prevent
line media from coming in
contact with the stem or body.
STEM RETAINING ASSEMBLY(C BRAY UNIQUE SEAT DESIGN(H)
The stem is retained in the body by means One of the valve's key elements is Bray's
of a unique Stainless Steel"Spiroloe' unique tongue and groove seat design.
retaining ring,a thrust washer and two This resilient seat features lower torque
C-rings,manufactured from brass as than many valves on the market today
standard,stainless steel upon request.The and provides complete isolation of
retaining ring may be easily removed with flowing media from the body.The
a standard hand tool.The stem retaining tongue-and-groove seat to body retention
assembly prevents unintentional removal method is superior to traditional designs,
of the stem during field service. making field replacement simple and
Double"D"Connection fast.The seat is specifically designed to
seal with slip-on or weld-neck flanges.
require difficult machining for disassem- The seat features a molded 0-ring which
bly.Disassembly of the Bray stem is ,<,,.: �/' eliminates the use of flange gaskets.
just a mattes of pulling the stem out of An important maintenance feature is
the disc.Without fasteners obstructing
the line flow,the Series 30/31 Cv values - I Spimlox®"
are higher than many other valves, Retaining Ring
turbulence is reduced,and pressure
recovery is increased.The stem ands and Thrust Washer
top mounting flange are standardized for / Stem Retaining
interchangeability With Bray actuators. C-Riaga
DISC(B)Casting is spherically machined
and hand polished to provide a bubble-
tight shut off,minimum torque,and
longer seat life.The disc O.D.clearance is Tmgue and Groove
designed to work with all standard piping. Des'gn
•"Spimlox°"designation is a registered
trademark of Kaydon Ring and Seal.Inc.
that all resilient seats for Bray butterfly DESIGN FEATURES POLYESTER COATING CORROSION
valves Series 20,21,30,31 and 34 are Bray's Series 30 valve is a wafer version PROTECTION Bray's standard product
completely interchangeable. Series 31 is locating holes,and the offers valve bodies with a polyester
with coating,providing excellent corrosion and
ACTUATOR MOUNTING FLANGE dead- 31 s the companion lug version for wear resistance to the valves surface.
AND STEM CONNECTION (1) �°d service and other flange require- The Bray polyester coating is a hard,
ments.All Bray valves are tested to 110%
Universally designed to I„ of full pressure rating before shipment.SO 5211 for gloss red finish.
direct mounting at Bray power actuators A major design advantage of Bray valve Chemical Resistance-resists a broad
and manual operators. product lines is international compact range of chemicals mchidmg:dilute- aqueous acids and alkalies,petroleum
bility.The same valve is compatible with
FLANGE LOCATING HOLES(J) solvents,alcohols,greases and oils.
Provide quick and proper alignment most world flange standards-ANSI Offers outstanding resistance to humidity
during installation. Class 125/150,BS 10 Tables D and E, and water.
BS 4504 NP 10/16,DIN ND 10/16,AS Weatherability-outdoor tested resistant
2129 and IIS10.In addition the valves are
BODY(Iq One-piece wafer or lug style. designed[o comply with ISO 5752 face- to ultra-violet radiation.
Polyester coating for excellent corrosion to-face and ISO 5211 actuator mounting Abrasion Resistance-excellent
resistance.Bray valve bodies meet ANSI resistance to abrasion.
150 pressure ratings for hydrostatic shell flanges.Therefore,one valve design can
press g Y be used in many different world markets. Impact chipping
impact
chi
ct1011t pp test requirements. Due to a modular concept of design,
ing or cracking.
all Bray"handles,manual gear NYLON 11 COATING
operators and pneumatic and Optionally available for valve bodies
electric actuators mount where outstanding protection and
directly to Bray valves.
.+tom`•. performance is needed.A thermoplastic
No brackets or adapters paced from a vegetable base,this
1, ,r are requited. coating is inert to fungus growth and
4 molds.Nylon 11 is USDA Approved,
as well as certified to ANSI/NSF 61 for
water service.
Bray interchangeability Corrosion Resistance-superior resistance
and compatibility offers you to a broad range of chemical environ-
the best in uniformity of ments.Salt spray tested in excess of 2,000
product line and low-cost tours and seawater immersion tested for
performance in the over 10 years without corrosion to metal
industry today. substrates.
Nylon I I features a very low coefficient of
„ a r friction and excellent resistance to impact
and ultra-violet radiation.
DIMENSIONS SERIES 30 Wafer SERIES 31 Lug
•. valve an A B C D E F M.MN FWe DN Lug Belling Data
instutu gC m G H J K gc
2 50 3.69 1.62 ZOO 2.84 550 a& 2-76 4 .39 S5 .39 125 1.32 475 4
- - 21h 65 4.19 1.75 2.50 3.34 6.00 3.54 2.76 4 .39 .55 .39 1.26 1.91 5.50 4 5/8-17
. 3 80 4.88 1.75 3A0 403 625 14.4 2.76 4^ .39 .65 .39 1.95 2.55 6AD ,:4 518411
4 100 606 200 4.00 5.16 7.00 3.54 2.76 4 .39 .63 .43 1.25 3.57 7.50 8 5/8-11
_ 5 125 7,06 Z12 5.00.W6 7.50 3.54 Z76 4. M .75 S1 125 4,63 R50 8 314,199
6 150 8.12 212 5.75 7.02 8.00 3.54 2-76 4 -39 .75 .51 125 5.45 9.50 8 3/44
e BC 8 200 10.50 2.50 7.75::9.47 950 6,91 4.92 4-.: .57 A7 .63 125 ,7.45 11.76 8
G Valve 1 10 1250 J12.75 2.50 9.75 11.47 10.75 5.91 4.92 4 1 .57 1.16 .87 2-00 9.53 14.25 12 7/8-9
i12 30D 14.88 3.00'tl- S347 i2.2S,5A1 4,92 4.. .57 1.18•: .67 2.0011.4 17 ;12 '7M8�J.
vas sin A B C D E F ""�r e° 9 KEY Lug BeltinJDala
oa >® gC mSIZE BC „a„°„14 360 17.05 3.00 13 t6281352 5914.92 4 S7 128 290 39 3. W75 1216 40D 1921 4.00 15.2617.41 14.75 5.91 4.92 4 .57 1.38 2.00.39x3914 221.25 16Y8 450 21.12 425 f72519.A7 i6, 827 650 4 .61 1.97 2.50�tA716 .75„1620 560 3.25 500 19.25 21.59 1725 627 6.50 4 .81 1.97 2.50.39x47 18.73 25.00 20See chan for A mamr Mounting Flanp Drilling.
FLANGE Cv VALUES-VALVE SIZING COEFFICIENT
REQUIREMENTS Valve size Disc Position(degrees)
Bray values are designed for ins rem 900 80° 70° 60° 50° 40° 30° 20° 10°
Qinstallation between ANSI Class
125/150lb.wekl-neck or slip- 2 50 144 114 84 61 43 27 16 7 1
on flanges,BS 10 Tables D& 2'/s 65 282 223 163 107 67 43 24 11 1.5
E,BS 4504 NP 10116,DIN 3 80 461 364 267 154 96 61 35 15 2
ND 10/10,AS 2129 and JIS 4 100 841 701 496 274 171 109 62 27 3
10,either flat faced or raised faced.While weld-neck Ranges 5 125 1376 1146 775 426 266 170 96 43 5
O
are recommended,Bray� 6 150 1850 1542 1025 567 354 225 129 56 6
specifically designed its valve 8 200 3316 2842 1862 1081 680 421 241 102 12 <
seat to work with slip-on flanges, 10 250 5430 4525 2948 1710 1076 667 382 162 19
thus eliminating common 12 300 8077 6731 4393 2563 1594 1005 555 235 27
failures of other butterfly valve 14 350 10538 8874 5939 3384 2149 1320 756 299 34
designs.When being nursed
face Ranges be slue to properly 16 400 13966 11761 7867 4483 2847 1749 1001 397 45
align Valve and flange.Type 18 450 17214 14496 10065 5736 3643 2237 1281 507 58
C stub-end flanges are not 20 500 22339 18412 12535.: 7144 4536 2786 1595 632 72.
recommended.
W Cv is defined as the volume of water in U.S G PM that will flow through a given restriction or
valve opening with apressure drop of one(1)p.s.i.at room temperance.Recommended control
angles are between 25°-70°open.Prdeaed angle for control valve siting is 600-00 open.
i
weld-NeerAN
Wn EXPECTED SEATINGAJNSEATING TORQUES(Lb:Ins.)
I III I I Reduced
Valve Full-Rated Pressure Valves Disc Diameter
Size
A P PSI) A P PSI
PRESSURE RATINGS* ins min 50 100 150 175 50
For bi-directional bubble-tight shin off, 2 50 126 130 135 140 125
disc in closed position: 21/z 65 195 205 215 220 195
Inches rem psig bar 3 80 260 275 290 . 297 260
2-12. 50-WO 775 12 4 100 400 425 450 462 267
14-20 350-500 150 10 5 125 615 670. 725 755: 410
6 150 783 871 953 1003 537
For Dead-end Service Applications: 8 200 1475 1650 1825 19t5 983
With downstream flanges installed or 10 250 2240 2520 2800 2940 1493
with vulcanized seats,the dead-end 12 300 3420 3670 4320: 4545 22ti0
pressure ratings are equal to valve bi-
directional ratings as stated above.With 14 3501 4950 5700 6450 — 3300
no downstream flanges or with seats that 16 400 8400 7700:. 9000 — 4267
are not vulcanized,the dead-end pressure 18 450 7850 9850 11850 — 5267
rating for 2"-12"valves is 75 psi(5 bar)for 20 500 10300 12900 15500 — 6867
14%20"valves,50 psi(3.5 bar).
Y Valve Torque Rating-Bray has classified valve torque ratings according m 3 types:non-corrosive
Pressure Ratings are based standard disc lubricating service,general service.and severe service.Torques listed above are for general services.
diameters.For low pressure application,Bray offers Consult Bray for torque information corresponding to specific applications.
a standard reduced disc diameter to decrease seating
torquessper rmano:to d seat ndre using inaeasing othe
sf TO USE TORQUE CHART,NOTE THE Technical Bulletin No.1002 for evaluatiunof
the value'somermatice and reducing aclua[ar Doers for FOLLOWING Dynamic Torque values vs. asc ng
1)For Bray valves,Series 20,21,30,31 and 34. Torque vahres.
2)Review Mcchnical Bulletin No.1001,Expected 4)Do not apply a safety factor to above torque
VELOCITY LIMITS ScadoitfUnseaftTagnes,for atplaoumofthe values wl�determining actuator output torque
For On/Off Services: 3 service classes and their related seating/unseat- requirement
ing torque values for given pressure differeatials 5)For 3 way assemblies where one valve is
Fluids-30 ft/sec(9m/S) of Full-Rated and Reduced Disc Diameter valves. opening and other is closing,multiply torque
Gases-175 ft/sec(54m/s) 3)Dynamic 7brque values are notcoosidemd.See by 1.5 factor.
RECOMMENDED SPECIFI- MATERIALS SELECTION TEMPERATURE RANGE OF SEATS
CATIONS FOR BRAY 2'-20" (50mm-500mm) •rya Maxh®n= Minimum
OSERIES 30/31 SHALL BE: BODY: EPDM +250°F(12m) -4o°F(-e0°c)
•Polyester coated,cast iron' •Cast Iron ASTM A126 Class B
wafer or lug bodies. Baoa-N +212°F(1000C) (°F(-18°C)
•With flange locating holes °Cast Steel n ASTM A536 ASTM A216 WCB M` +400°F(2U4°C) 0°F(18°G)
that meet ANSI Class 125/150
(or BS 10 Tables D&E,BS •Aluminum ASTM B26
9
4504 NP 10/16,DIN ND 10/16, SEAT-
VAS 2129 and JIS 10)drillings. •Buna-N—Food Guide 8
•Through-stem direct drive •EPDM—Food Grade 7
M_ double"D"design requiring no •FKM'
disc screws or pins to connect •White Buna-N—Food Grade
stem to disc with no possible leak STEM: 5
Vpaths in disc/stem connection. •Coated Carbon Steel
•Stem mechanically retained in •416 Stainless Steed ASTM A582 Type 416 5
Ubody neck and no part of stem •304 Stainless Steel ASTM A276 Type 304
or body exposed to lime media. •316 Stainless Steel ASI'M A276 Type 316
•Tongue-and-groove seat design •Monel
with primary hub seal and a DISC:
necked 0-ring n flange for weld- °Aluminum Bronze ASTM B148-954
neck and slip-on flanges.Seat .Coated Ductile Iron ASTM A536 Gr.65-45-12
totally encapsulates the body Nylon]1.Ductile Iron,NY
with no flange gaskets required. Coated,ASTM A536 Gr.65-45-12
•Spherically machined,hand polished °Ductile Iron,Halar19 Coated,ASI'M A536 Gr.6545-12 4
disc edge and hub for minimum tongue •316 Stainless Steel ASTM A351 CF8M
and maximum sealing capability. •Hastelloya C-276 ASTM B575 Alloy N10276
•Equipped with non-corrosive bushing COMPONENTS
and self-adjusting stem seal.
•Bi-directional and tested to 110%of No. Qty. Description
full rating. 1 1 Body-
•Bi-directional pressure ratings: 2 1 seat
2"-12"valves: 175 psi,14"-20"valves: 150 psi 3 l .,
Lug bodies for dead end service 4 i stem
Disc
With downstream flanges or vulcanized
seats,pressure ratings are equal to bi- 5 1 stentseal
directional ratings as stated above. 6 1 Sty Bushing
With no downstream flanges or non- 7 2 shmpteutim 1
vulcanized seats:2"-12"valves:75 psi, 8 t Thnrst washer
14"-20"valves:50 psi
•No field adjustment necessary to 9 1 Rewta -41i".
maintain optimum field performance.
•The valve shall be Bray Series 30 wafer/
31 hig or equal. 2
WEIGHTS
vane size sales series
in, ® 30 31 /
2 50 5.5 '. . 7.0
2'h 65 7.0 8.0 3
3 80 78 9.0 \ /.
4 1001 11.5 15.0 \
5 126 14.0 . 20.0 ' \�
6 160 17.0 23.0
8 200 ° 34,4D 42.0.
10 250 49.0 66.0
12 300 67.0 88.0
14 350 95.0 114.0
16 400 136.0 186.0,:
18 450 200.0 226.0 *FKM is the ASTM D1418 designation for Fluorinated Hydrocarbon Elastomera
20 500 M.0 3M.0 (also called Fluoroelastomers).
Hastelbyts a registered trademark of Haynes International,Inc.
Weights are in lhs. Halar'is a registered tradoeadr of Ausimoot USA,Inc.
INSTALLATION
Position the disc in the partially
open position,maintaining
the disc within the body
face-to-face.Place the body
between the flanges and install r
Wflange bolts.Do not use flange
gaskets.Before t'itip
flange bolts,carefully open the
disc to the full open position to , i„ ,
ensure proper alignment and
clearance of the disc O.D.with
the adjacent pipe LD.Leave ?`
disc in the full open position
and tighten flange bolts per ed
required specification.Once
bolts are tightened,carefully rotate disc
to closed position to ensure disc O.D.
clearance. Disc in the Partially Open Position Disc in the Full Open Position
MAINTENANCE AND REPAIR DISASSEMBLY bottom of valve body.(Take special
The many Bray features nu maize Remove the handle,gear operator,or care when lining disc up with stem.)
wear and maintenance requirements. actuator from actuator mounting flange. With a downward pressure and rotating
No routine lubrication is required.All Remove"Spiroloe'retaining ring. the stem back and forth,push the stem
components—stem,disc'seat,bushm& Remove stem with its thrust washer until the stem touches the bottom of the
stem seal,etc.,are field replaceable,no and two C-ring stem retainers.Remove body stem hole.Make certain that when
adjustment is needed If components bushing and seal.Remove the disc pushing the stem through disc bottom,
require replace-ment,remove the valve from the seat,protecting disc edge at all the broached flats of stem and disc are
from the lice by placing the disc near times Push the seat into an oval shape, aligned.After the stem has engaged the
the closed position,spread the flanges, then remove the seat from the body. disc,but before the stem is firmly seated
support the valve,then remove the flange in the body,replace the stem seal and
bolts.No valve maintenance,including ASSEMBLY bushing.Install the two C-ring stem
removal of manual or power actuators, Push the valve seat into an oval and retainers in the groove in the stem and
should be performed until the piping push it into the body with seat stem thrust washer on top of the C-rings.Seat
system is completely depressurized- holes aligned to body stem holes.Push the stem firmly in the body and install
stem into the stem hole of body.For the"Spirolox®"retaining ring back into
aid in inserting disc,slightly protrude position.
stem beyond the I.D.of the top of the
seat.Install a light coating of foodgrade
F silicone oil(for silicone flee applications
use soap and water)on the I.D.of seat. StEp°ug4ry
Insert the disc into the seat by lining W �N
up the disc hole with the stem hole of „ c
the seat.Note:the broached double ° >
"D"flats in the disc must be toward the
DISTRIBUTOR
Disc in the Neat Closed Position
All statements,technical information,and nxom-
mendatiaas in this bulletin are for general use
onithe specifier Bmyn�nesend mat mfactary for
on �/-�{ T �`^t
the specific requirements and material t to chon CONTROLS
for your intended application The right m change j
or modify product design or product withau prior ® A Division of BRAY OnERNATIONA41nc.
notice is reserved 13333 Westland FzABlvd. Houslm,Texas T7041
United States patent another 5,152,501. 281.8945454 FAX 281.894.9499 www.bmy.com
Other patents issued and applied for worldwide.
Bony'is a registered trademark of BRAY I14TERNATIONA41nc. 0 2008 Bray International.All rights reserved. B1002 EN 1/08