HomeMy WebLinkAboutA6306 - G & M CONSTRUCTION DOC # 2013-0185081
04/19/2013 10:32A Fee:NC
Page 1 of 1
Recorded in Official Records
County of Riverside _
Larry W. Ward
Assessor, County Clerk & Recorder
ll
Recording Iilii IIII I II IIIII(III I IIIIIII III �)III
Requested by and rr��rr
After Recording s R U PAGE SIZE DA MISC LONG RFD COPY VJ
Return to:
City Clerk M A L 465 426 PCOR NCOR SMF NCHG EXAM M
City of Palm Springs fA ���' I-1
Box 2743 ,�A_.f- C -_ 2�l T: CTY UNI !!
Palm Sorin c CA 92263 IFOR RECORDERS USE ONL`1)
Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording tees shall not apply.
NOTICE OF COMPLETION
NOTICE IS HEREBY given that:
I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the
State of California.
Il. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices
of Completion.
lll. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box
2743, Palm Springs, CA 92263-2743).
IV. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 21st
day of March,2013.
V. The name of the contractor (if named) for such work of improvement was: G & M Construction Co. 211 West Mesquite
Palm Springs Ca. 92264.
public work of improvement which was corn
VI. The P City of Palm Springs, County of Riverside, State of California,
completed in the tY
is described as follows: Fire Station 1 Emergency Generator Installation Project.
VI 1. Nature of Interest: Fee Owner
VII I.The property address or location of said property is: 277 North Indian Cyn. Drive. (AFN 513 Qq 1 -OZ I�
X. City Project No. 11.09 Agreement Number: 6306, Minute Order No.: /
CITY OF PALM SPRINGS: BY:�< f� DATED: 3 -2(— / S
Engineering Field Technician Ins ector
Rene Mart
�CC%%�7.ff!!jf//J��� DATED: 3 j 3
Director of Public Works/City Engineer
David J. Barakian
JAMES THOMPSON. being duly sworn, says:
That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that
he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the
contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said
municipal corporation.
?tylerk-James Thompson
Index No. 05-13
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: G&M Construction Date: April 10,2013
211 West Mesquite Ave. Project No.: 11-09
Palm Springs, CA 92264 Project: Fire Sta. 1, Emer.Gen
Change Order No.: One(1)
Contract Purchase No.: 13.0771
Account Numbers: 001-3250-43240
261-360053000
Agreement No.: 6306
CHANGES TO BID ITEMS i
Item Numbers:
1. Modification to Containment Area Lump Sum/Agreed Price $1,230.50
2. Masonry Wall Modifications Lump Sum/Agreed Price $655.50
3. Sump Pump/Electrical Lump Sum/Agreed Price $563.50
4. Repaint Gate Lump Sum/Agreed Price $184.00
5. Pilaster Wall Support Lump Sum/Agreed Price $2,323.00
6. Painted Wall Railing Lump Sum/Agreed Price $1,380.00
Total —Change Order Amount $6,336.50
i
REASONS FOR CHANGES:
1. Modification to Containment Area: The containment area and foundation were re-
configured in order to accommodate the height of the generator. This allowed the generatorto be
placed at a lower elevation limiting the above ground exposure. This involved additional
excavation, form setting and concrete placement.
2. Masonry Wall Modifications: In order to re-configure the containment area and foundation
it was necessary to change from a masonry'garden'wall to a`combination garden/retaining'wall.
This required extra labor and materials.
3. Sump Pump/Electrical: A sump pump and all necessary electrical conduits and
conductors were installed in order to drain the below grade containment area when necessary.
4. Repaint Gate: Contractor was provided an incorrect color to paint the iron access gate.
This item is for the removal, sanding and re-painting of the gate with the appropriate color.
5. Pilaster Wall Support: The existing masonry wall along the North property boundary was
found to be structurally deficient. In consideration of the planned placement of the electrical
service and generator switchgear on this wall, it was necessary to structurally support it with the
placement of reinforced concrete pilasters.
6. Painted Wall Railing: The existing masonry wall along the North property line is
constructed at a height that allows for easy access to the generator enclosure from the adjacent,
vacant lot. A 2' Iron rail was placed in order to deter illegal entry.
t
Note: The prices above are inclusive of all allowable mark ups. No additional mark ups
will be added to any item on this Change Order.
ADDITIONAL CONTRACT TIME
No additional contract time is being added.
SOURCE OF FUNDS
The following account will be utilized 001-3520-43240 $1215.49
uot-moo-,3000�4,5zi,u1
Summary of Costs Contract Time
Original Contract Amount: $34,500,00 Original Completion Date: March 12, 2013
This Change Order: $6,336.50 Days Added for this C.C.O. 0
Previous Change Order(s): $0.00 Previous Days Added: 0
Revised Contract Amount: $40,836.50 Revised Completion Date: March 12, 2013
i
have received a copy of this Change
Order and the above AGREED PRICES _ %�
are acceptable to the contractor. A Date
!, G$ CcAstruGtion -
City Approvals: i
- /G -Submitted by I -�-. � Date /3
Senior Public Works Inspector
' Approved by �`��\� Date �]
Fire Chief
Approved by Date
City Engineer
Approved by Date
City Manager
Attested by Date �`/Zq LZoi3
City Clerk
Distribution:
Original Executed Copies Conformed-File Copv
Contractor (1) Engineering File (1)
City Clerk (1) Fire Department (1)
Finance (1)
APPROVED BY DEPARMENT HEAD
2
AGREEMENT
THIS AGREEMENT made this 21 day of ,2(ww„ in the year 2013,
by and between the City of Palm Springs, a charter city, organized and existing in the
County of Riverside, under and by virtue of the laws of the State of California, hereinafter
designated as the City, and
G & M CONSTRUCTION
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s)of the Citys Contract Documents entitled:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09
The Work is generally described as follows:
Installation of a new Generac Model 5DO50 50 kW 80 amp generator with 300 gallon fuel
tank (furnished by City); construction of concrete pad and fuel containment area,
construction of masonry screen walls and gate, installation of transfer switch (furnished by
City), electrical panel, conduits, pull boxes, junction boxes and conductors in order to
connect new generator and transfer switch to the existing main panel. Installation and
connection (to utility operators satisfaction), of new electrical service/main switchboard
equipment. Work is inclusive of all materials and labor necessary to ensure a complete
and fully functional emergency generator system in accordance with project plans,
specifications and applicable building codes and regulations.
ARTICLE 2-- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of$700.00 for each
calendar day that expires after the time specified in Article 2, herein.
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 AGREEMENT FORM
9/17/2012 AGREEMENT AND BONDS-PAGE 3
ORIGINAL BID
XNDIOR AGREEMENT
ARTICLE 3 -- CONTRACT PRICE ($34,500.00)
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
and Bid Schedule(s).
ARTICLE 4-- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit,
Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's
Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications,
Special Provisions, the Drawings, Addenda numbers 0 to t 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 parry hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 AGREEMENT FORM
9/17/2012 AGREEMENT AND BONDS-PAGE 4
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
Date
By
City Clerk
Agreement No.
APPROVED TO FORM:
By APPRDJ ED 6Y CITE Gt.iNClt
City Attorney �• - aN
Date �l• ��J
CONTENTS APPROVED:
By
-lc�w�
City Engineer
Date �L
B
City Managjkp�
—
Date
APPROVED BY THE CITY COUNCIL:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 AGREEMENT FORM
9/17/2012 AGREEMENT AND BONDS-PAGE 5
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. 1 '\
CONTRACTOR: Nam �1 ICN1Check one:_Individual_Partnership corporation
Address:
A
By: By:
gnatur notarized) Signature(notarized)
Name: Ci � �Gl✓L Name:
TiUe:��.L;l(�1� �� Title:
(This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of n l c - ❑ State of ❑
County of ss County of ❑6s
On l-a 0: On
before me, sa before me,
personally appeared &Z personally appeared
who proved to me on the b sis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person'whose name,(e')' evidence to be the person(s)whose name(s) is/are
is/a,ce'subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me that he/,sk'15 aey executed acknowledged to me that he/she/they executed
the same in his/be 31;I--eff authorized capacity 00j the same in his/her/their authorized capacity(ies),
and that by his/FjeP/)laeif signaturesX on the and that by his/her/their signatures(s) on the
instrument the personX,, or the entity upon instrument the person(s), or the entity upon behalf
behalf of which the person>racted, 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.
WITNE y hand and official seal. WITNESS my hand and official seal.
Nota Si ature: Notary Signature:
114 X� S—M i-
Nota Notary Seal:
RENEE S.BREILINR-R08S
Commiul a!IOU459
v NoWy Pub k-CaWarnla
RlvaraW Cmq
My Comm. SS 16.2015+
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION AGREEMENT FORM
CITY PROJECT NO.11-09 AGREEMENT AND BONDS-PAGE 6
911 712 01 2
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.
1
Contractor C►' -
By
Title Q 2
ter-
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09
911 712 01 2
WORKER'S COMPENSATION CERTIFICATE
AGREEMENT AND BONDS-PAGE 7
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:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09
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 fumish the insurance certificates, Payment
Bond, Performance Bond, and all Permits required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following
Addenda (receipt of which is hereby acknowledged):
Number Date 10 -a q-l Oa-
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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 BID IPROPOSALI
9/17/2012 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: Co
� G l
By:
�iff I
ature)
Title: 2 /�
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11.09 BID(PROPOSAL)
911 712 01 2 BID FORMS-PAGE 3
BID SCHEDULE
Lump Sum Price for Construction of
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
PROJECT NO. 11-09
Item Description
The work under this contract shall consist of fumishing all labor, materials, vehicles, tools,
machinery, equipment, etc., necessary for the installation of an emergency generator at Palm
Springs Fire Station No. 1. The work includes the following:
- Removal of existing concrete slab.
- Construction of a Portland cement concrete base and fuel containment area as
indicated on project drawings.
- Placement of Portland cement concrete walkway as indicated on project drawings.
- Installation of a Generac, Model 5D050, 50 kw, 80 amp, generator with 300
gallon fuel tank(fumished by City).
- Provide and install a new 200 AMP, 120/240v., 3PH, Main Switchboard and service
connection to service point to satisfaction of utility operator.
- Installation of an automatic transfer switch (furnished by City).
- Provide and install a new 200 AMP, 120/208v., 3PH, exterior, surface mount electrical
panel as indicated in project drawings.
- Provide and install feeder conduits and conductors from generator enclosure to existing
meter/main electrical service including all necessary junction boxes and all appurtenant
materials.
- Removal of existing meter socket and utility CT's and installation of blank fill plates.
- Removal of existing secondary feeder to satisfaction of utility operator.
- Construction of 8' high, slump stone, masonry, wall with metal gate as indicated on
project drawings.
The new 50kw generator and automatic transfer switch will be furnished to the contractor by the
City. The Contractor shall provide all materials necessary to complete the work, except the
generator and the transfer switch.
TOTAL BID PRICE
For the lump sum of
$ �� , � �o
(Price In figures) l
iuo
i (Price it words)
t Cc
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09 LIST OF SUBCONTRACTORS
9/17/2012 BID FORMS-PAGE 4
Name of Bidder
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: hall
not be less than 50%).
Contractor's Percent
License of Total
Work to be Performed Number Contract Subcontractor's Name & Address
1. IMP
2.
3.
4.
5.
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09 LIST OF SUBCONTRACTORS
9/17/2012 BID FORMS-PAGE 5
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
City Project No.: 11-09 Bid Opening Date October 30, 2012
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,
and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which
states:
The prime contractor shall use good faith efforts to sub-contract the supply of materials and
equipment to local business enterprises and to sub-contract services to businesses whose work
force resides within the Coachella Valley. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by
placing advertisements inviting proposals in local newspapers, sending request for proposals to
local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the
work or supply the materials or equipment. Any notice inviting bids which may require the use of
sub-contractors shall include notification of this subsection. The City Council or Director may
reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to
comply with the requirements of this subsection.
Bidders shall provide sufficient information to demonstrate that they have made good faith
efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined
in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted
with its Bid, Bidders shall identify local subcontractors not required to be identified on the List
of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish
materials and supplies for incorporation into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
Local fir hat "II furnish materials or supplies tote Bidder for this project:
S
o� ms
LOCAL BUSINESS PREFERENCE PROGRAM
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS
CITY PROJECT NO.11-09
BID FORMS-PAGE 6
9117/2012
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
0 �14
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
N �
LOCAL BUSINESS PREFERENCE PROGRAM
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS
CITY PROJECT NO.11-09 BID FORMS-PAGE 7
9/17/2012
C. The items of work which the bidder made available to local firms, including, where
appropriate, any breaking down of the contract work items (including those items
normally performed by the bidder with its own forces) into economically feasible units to
facilitate participation by local firms.
Items of Work Bidder Breakdown of Items Amount Percentage
Normally W Of
Performs Item Contract
1111 I� (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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS
CITY PROJECT NO. 11-09 BID FORMS-PAGE 8
9/17/2012
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California )
ss.
County of )
! being first duly worn, d po
se and says that te r she is Of �; m rtX'F�cYl ,
tie party making the f going 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 e _
By
Title /*
Organization lr1 v Le-fi
Address nup,
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 NON-COLLUSION AFFIDAVIT
9/17/2012 BID FORMS-PAGE 9
ALL-PURPOSE ACKNOWLEDGMENT THIS PAGE IS NOT IN THE MOST
CURRENT SPEC BOOK
State of
County of I
On - n_ before me,
Date 11 Name,Title of O der
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.
Witne hand and Icial seal. w�.��.r�r
RENEE S.ion*195245 8
r Commieaioa r<1952159
Notary Public•Calltomle
Signature o otary Riverside County
Comm.Expires Sep 16,2015+
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent
attachment of this certificate to unauthorized document. }}
THIS CERTIFICATE Title or Type of Document (dinKI bo
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages--L—DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s)Other Than Named
Above �
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 NON-COLLUSION AFFIDAVIT
9/17/2012 BID FORMS- PAGE 10
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/CONT o'S e d tr et Ad ess: rr
1 V�/
2. CONTRACTOR'S Telephone Number: OW)
Facsimile Number:
3. CONTRACTOR'S License: Primary Classification
State License Numbers)
Supplemental License Classifications
4. Surety Company an gent who will provide the required Bonds on this Contract:
Name of Surety
Address I
OrAll
Surety Company
Telephone Numbers: Agent nL*3 _Qa Surety( )
5. Type of Firm (Individual, Partnership or Corporation): tlIC�V
6. Corporation organized under the laws of the State of: c��krn )'C(
7. List the names and addresses of the principal members of the firm or names and
ti s of the principal offic rs of th corporation or fim:y
( 00
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 AGREEMENT
9/17/2012 AGREEMENT AND BONDS-PAGE 1
BIDDER'S GENERAL INFORMATION (Continued)
8. Number of years xperienc as a contractor in this specific type of construction
work: 56 `ljai�e
9. List at least three related projects completed to date:
a. Owne Ad ress
Contact VI'R !0( Class of Work lOF -
Phone �P�I- i Contract Amount c o ("D (I�
Project , D- ate Completed r 01
Conta9t,Person j�Telephone number_
b. Owne t S f
Contact Class of Work
Phone - 1 Contract Amount
Project Date Completed Q
Conta erson Telephone number
C. Own Addre�
Conta 1 Class of Work �O
Phon� M Contract Amount '
Project Date Completed
Contact Person Telephone number
10. List the namApnd title of person who will sup se full-time the proposed work
for your firm: CDC 1 \( 4�2 f I alP r)d0
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.
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 AGREEMENT
9/17/2012 AGREEMENT AND BONDS-PAGE 2
City of Palm Springs, CA
Procurement CoWacting Division
Bid Abstract
BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount
Joe Putrino General T&G Construction Genesis Brudvik, Inc. G & M Construction
PROJECT NO: Contractor Services, Inc. Construction
CP 11-09 _
PROJECT NAME:
Emergency Generator
Installation
DUE DATE: 10/30/2012
Total Bid Price: — — S PoV j70/3
Whitnessed By:
Date:
City of Palm Springs, CA
Pwure t Contw0ii Division
Bid Abstract
BID ABSTRACT Vendor&Bid Amount Vendor& Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount
AToM Engineering
PROJECT NO: Construction
CP 11-09
PROJECT NAME: p _
Emergency Generator
Installation
DUE DATE: 1 0/3 012 01 2
Total Bid Price: 4 6'A
Whitnessed By:
Date:
Check a License - License Detail - Contractors State License Board Page 1 of 2
F,FARTMF—INTOFC0NS ;IME°, AFFA1 R S
W4',
- - Contractors State Ucense Board
Contractor's License Detail - License # 272619
el DISCLAIMER:A license status check provides information taken from the CSLB license database. Before
relying on this information,you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law(B&P 7124.6) If this entity is subject to public complaint disclosure, a link
for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information.
Per B&P 7071,17 , only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload,there may be relevant information that has not yet been entered onto the Board's license database.
License Number 272619 Extract Date 1/7/2013
GEORGE ARLEN MARANTZ
DBA G&M CONSTRUCTION
Business Information Business Phone Number: (760)322-6918
6 PALAMINO RD
PALM SPRINGS,CA 92264
Entity Sole Ownership
Issue Date_.... 12/01/1971
Expire Date 03/31/2014
License Status ACTIVE
This license is current and active. All information below should be reviewed.
._..CLASS DESCRIPTION ___.._... ...
A GENERAL ENGINEERING CONTRACTOR
Classifications B GENERAL BUILDING CONTRACTOR
C21 BUILDING MOVING DEMOLITION
_..CERT DESCRIPTION _. ....._. .. ...
Certifications ASB ASBESTOS-(for bidding purposes only)
HAZ HAZARDOUS SUBSTANCES REMOVAL.
CONTRACTOR'S BOND
This license filed a Contractor's Bond with
DEVELOPERS SURETY AND INDEMNITY COMPANY.
Bonding Bond Number:271389C
Bond Amount: $12,500
Effective Date: 03/02/2010
Contractor's Bond History
https://www2.cslb.ca.gov/OnlineServices/CheekLicenseII/LicenseDetail.aspx?LicNum=272... 1/7/2013
Check a License - License Detail - Contractors State License Board Page 2 of 2
Workers'Compensation WORKERS'COMPENSATION
This license has workers compensation insurance with
BENCHMARK INSURANCE COMPANY
Policy Number: CST5001824
Effective Date: 10/01/2012
Expire Date: 10/01/2013
Workers' Compensation History
IPersonnel List
Conditions of Use I Privacy Polite
Copyright C 2010 State of California
https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=272... 1/7/2013
G , ry
` *04C
v Y
y� G
f _ y A t
CMS
�b{
S �
^#rc
r c
� la,
ow
AF,
T �
•
•
•
• CITY PROJECT NO. 11 -09
•
•
• The Special Provisions
• contained herein have been
• prepared by, or under the direct
• supervision of, the following
•
• Registered Civil Engineer:
•
•
•
•
•
•
•
•
•
•
• QROEE55lOgr9
• C/ ` �1 � 7
• i C-289 m
David J. Barskian, P.E.
• City Engineer CMS Q
• Civil Engineer C 28931 Iq�OF CAI\E����
•
•
•
•
•
•
•
•
•
•
•
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09
9/1 712 0 1 2 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 --APPENDIX
Generator Installation Drawings
Orco Standard 6'to 8' CMU Site Walls Detail
SCE Electrical Service Plan
• Structural Calculations for Generator Addition
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09 SPECIAL PROVISIONS
9/17/2012 GENERAL CONTENTS-PAGE 1
•
•
CITY OF PALM SPRINGS
PUBLIC WORKS & ENGINEERING DEPARTMENT
PART I - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION
CITY PROJECT NO. 11-09
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
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 NOTICE INVITING BIDS
9/17/2012 PAGE 1
•
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
For FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
City Project No. 11-09
• N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Fire Station 1
Emergency Generator Installation will be received at the office of the Procurement
and Contracting Manager of the City of Palm Springs, California, until 3 P.M. on
• October 30,2012 at which time they will be opened and read aloud.
N-2 DESCRIPTION OF THE WORK: Installation of a new Generac Model
5DO50 50 kW 80 amp generator with 300 gallon fuel tank (furnished by City);
• construction of concrete pad and fuel containment area, construction of masonry
• screen walls and gate, installation of transfer switch (furnished by City), electrical
panel, conduits, pull boxes, junction boxes and conductors in order to connect new
generator and transfer switch to the existing main panel. Installation and connection
. (to utility operators satisfaction), of new electrical service/main switchboard
equipment. Work is inclusive of all materials and labor necessary to ensure a
complete and fully functional emergency generator system in accordance with
• project plans, specifications and applicable building codes and regulations. The
• Engineer's estimate is $30,000.
N-3 AWARD OF CONTRACT:
(a) The City reserves the right after opening bids to reject any or all bids, to
• waive any informality(non-responsiveness) in a bid, or to make award to the lowest
responsive, responsible bidder and reject all other bids, as it may best serve the
interest of the City.
(b) As a condition of award, the successful bidder will be required to submit
payment and performance bonds and insurance.
• N-4 BID SECURITY: each bid shall be accompanied by a certified or cashiers
check or Bid Bond in the amount of 10 percent of the total bid price, payable to the
City of Palm Springs.
• N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price
• for a period of 60 calendar days from the date of bid opening.
N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall
. possess a valid Class A or C-10 Contractor's license at the time of submitting bids.
N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is
with all local funds and, as provided under City Charter, will NOT require
• compliance with the prevailing wage requirements of the State of California.
N-9 PRE-BID WALK-THROUGH (Voluntary): Prospective bidders are invited 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
Wednesday, October 17, 2012 at Palm Springs Fire Station 1, 277 N. Indian Canyon
Drive, Palm Springs, CA at 10:00 am
• 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 $10.00 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 Fed Ex 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(c palmspringsca.gov.
(d) Obtaining Bid Documents and registration as a Bidder: if you are interested in
• submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at
• kim.licon@palmspringsca.gov, or by phone at (760) 323-8253 x 8738, to officially register
as a Bidder for this project with your company name, address, phone, fax, contact person
and e-mail address. Bidders must be registered to submit a Bid; failure to register may be
• cause to find a Bid non-responsive.
(e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms
found in the original Bid Documents shall be removed from the bound Bid Document and
. used to submit a bid.
(f) This Notice Inviting Bids, the Plan Holders List, and other related information for this
project can be found on-line at the City's webpage at www.palmsprings-
ca.gov/index.aspx?page=85.
N-11 INTERPRETATIONS — All questions about the meaning or intent of the Contract
• Documents are to be directed to the Engineering Secretary by faxing or e-mailing at(760)
• 322-8360 or kim.likon(ftalmsprinasca.com. Interpretations or clarifications considered
. necessary by the Engineer in response to such questions will be resolved by the issuance
of Addenda mailed or delivered to all parties recorded by the Engineer or the City as
having received the Contract Documents. Questions must be received on or before
• October 24, 2012. Only questions that have been resolved by formal written Addenda will
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09 NOTICE INVITING BIDS
9/17/2012 PAGE 2
•
•
be binding. Oral and other interpretations or clarifications will be without legal or
contractual effect.
N-12 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm
Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code,
• "Local Business Preference Program", subsection (5) "Local Preference in Public Works
• Contracts (Sub-Contracting)", the prime contractor shall use good faith efforts to sub-
contract the supply of materials and equipment to local business enterprises and to sub-
contract services to businesses whose work force resides within the Coachella Valley.
N-13 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be
sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the
Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm
Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner
with the name and address of the Bidder and shall bear the words 'Bid For.." followed by
the title of the Project and the date and hour of opening Bids. The certified or cashier's
check or Bid Bond shall be enclosed in the same envelope with the Bid.
BY ORDER OF THE CITY OF PALM SPRINGS
Date ZO 2
r
BY
David J. Barakian, PE
Director of Public Works/City Engineer
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO,11-09 NOTICE INVITING BIDS
9/17/2012 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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 INSTRUCTIONS TO
9/17/2012 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.
i (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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 INSTRUCTIONS TO
9/17/2012 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 furnish the necessary insurance certificates, Payment Bond, and
Performance Bond. Each of said bonds and insurance certificates shall be in the
amounts stated in the Standard Specifications or Special Provisions. In case of refusal or
• failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as
. the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond
as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming
substantially to it in form.
7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the
City will return all bid securities accompanying such of the Bids that are not considered in
i 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
ebetween the words and figures, the words shall govern. The envelope enclosing the
• sealed bids shall be plainly marked in the upper left-hand corner with the name and
address of the Bidder and shall bear the words "BID FOR," followed by the title of the
Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the
i address where the bids are to be delivered or mailed to, and the date and hour of opening
of bids. The Bid Security shall be enclosed in the same envelope with the Bid.
9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place
• stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid
is received in proper time. Bids will not be accepted after the appointed time for opening
of bids, no matter what the reason.
10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in
the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and
failure to do so will render the Bid as non-responsive and may cause its rejection.
In the event that there are unit price Bid Items in a Bid Schedule and the "amount"
indicated for a unit price Bid Item does not equal the product of the unit price and quantity
listed, the unit price shall govern and the amount will be corrected accordingly, and the
• Contractor shall be bound by such correction, subject to the provisions of Section 5100 et
• seq. of the California Public Contract Code.
In case of discrepancy between the unit price and the total set forth for a unit basis
• item, the unit price shall prevail, except as provided in (a) or(b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is
omitted, or is the same as the amount as the entry in the item total column, then the
i amount set forth in the item total column for the item shall prevail and shall be divided
. by the estimated quantity for the item and the price thus obtained shall be the unit price;
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 INSTRUCTIONS TO
9/17/2012 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.
S 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.
ai 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
S 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.
a
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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 INSTRUCTIONS TO
9/17/2012 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.
w
• 19. LOCAL BUSINESS PROMOTION — The contract for this project is subject to the
provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm
Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local
Preference in Public Works Contracts (Sub-Contracting)", which states:
The prime contractor shall use good faith efforts to sub-contract the supply of materials
and equipment to local business enterprises and to sub-contract services to businesses
whose work force resides within the Coachella Valley. The prime contractor shall submit
• evidence of such good faith efforts at the time of submission of bids. Good faith efforts
may be evaluated by placing advertisements inviting proposes in local newspapers,
sending request for proposals to local sub-contractors, or by demonstrating that no local
sub-contracts are qualified to perform the work or supply the materials or equipment. Any
notice inviting bids which may require the use of sub-contractors shall include notification
of this subsection. The City Council or Director may reject as non-responsive the bid of
a any contractor proposing to use sub-contractors that fail to comply with the requirements
of this subsection.
- END OF INSTRUCTIONS TO BIDDERS-
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 INSTRUCTIONS TO
9/17/2012 BIDDERS-PAGE 5
•
•
•
•
•
s 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
e
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.
•
•
•
•
•
•
•
•
All
•
•
•
•
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 COVER SHEET
9/17/2012 BID FORMS-PAGE 1
•
•
• BID
i
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
i Documents entitled:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09
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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 BID(PROPOSAL)
9/17/2012 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:
f
f
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11.09 BID(PROPOSAL)
9/1 712 0 1 2 BID FORMS-PAGE 3
•
•
w
. BID SCHEDULE
Lump Sum Price for Construction of
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• PROJECT NO. 11-09
' Item Description
The work under this contract shall consist of furnishing all labor, materials, vehicles, tools,
machinery, equipment, etc., necessary for the installation of an emergency generator at Palm
Springs Fire Station No. 1. The work includes the following:
. - Removal of existing concrete slab.
• - Construction of a Portland cement concrete base and fuel containment area as
indicated on project drawings.
- Placement of Portland cement concrete walkway as indicated on project drawings.
• - Installation of a Generac, Model 513050, 50 kw, 80 amp, generator with 300
• gallon fuel tank(furnished by City).
- Provide and install a new 200 AMP, 120/240v., 3PH, Main Switchboard and service
connection to service point to satisfaction of utility operator.
• - Installation of an automatic transfer switch(furnished by City).
. - Provide and install a new 200 AMP, 120/208v., 3PH, exterior, surface mount electrical
panel as indicated in project drawings.
- Provide and install feeder conduits and conductors from generator enclosure to existing
. meter/main electrical service including all necessary junction boxes and all appurtenant
materials.
- Removal of existing meter socket and utility CT's and installation of blank fill plates.
- Removal of existing secondary feeder to satisfaction of utility operator.
• - Construction of 8' high, slump stone, masonry, wall with metal gate as indicated on
project drawings.
The new 50kw generator and automatic transfer switch will be furnished to the contractor by the
City. The Contractor shall provide all materials necessary to complete the work, except the
. generator and the transfer switch.
a; TOTAL BID PRICE
For the lump sum of
S
$ (Price in figures)
(Price in words)
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09 LIST OF SUBCONTRACTORS
9/17/2012 BID FORMS-PAGE 4
. Name of Bidder
i INFORMATION REQUIRED OF BIDDER
• LIST OF SUBCONTRACTORS
As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below
. the name and business address of each subcontractor who will perform Work under this Bid in
' excess of one-half of one percent of the Contractors Total Bid Price, or$10,000.00, whichever is
greater, and shall also list the portion of the Work which will be done by such subcontractor.
After the opening of Bids, no changes or substitutions will be allowed except as otherwise
provided by law. The listing of more than one subcontractor for each item of Work to be
. performed with the words "and/or" will not be permitted. Failure to comply with this requirement
will render the Bid as non-responsive and may cause its rejection.
• Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in
• this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in
excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive.
Bidders shall list the total % of Work to be performed by the Prime Contractor here: _ (shall
• not be less than 50%).
Contractor's Percent
. License of Total
. Work to be Performed Number Contract Subcontractor's Name &Address
1.
2.
3.
i 4.
S 5
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 LIST OF SUBCONTRACTORS
9/172012 BID FORMS-PAGE 5
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
City Project No.: 11-09 Bid Opening Date October 30, 2012
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,
• and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
• Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which
states:
The prime contractor shall use good faith efforts to sub-contract the supply of materials and
equipment to local business enterprises and to sub-contract services to businesses whose work
force resides within the Coachella Valley. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by
• placing advertisements inviting proposals in local newspapers, sending request for proposals to
local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the
work or supply the materials or equipment. Any notice inviting bids which may require the use of
• sub-contractors shall include notification of this subsection. The City Council or Director may
• reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to
comply with the requirements of this subsection.
Bidders shall provide sufficient information to demonstrate that they have made good faith
efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined
• in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted
with its Bid, Bidders shall identify local subcontractors not required to be identified on the List
of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish
• materials and supplies for incorporation into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
i Local firms that will furnish materials or supplies to the Bidder for this project:
• LOCAL BUSINESS PREFERENCE PROGRAM
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS
• CITY PROJECT NO. 11-09 BID FORMS-PAGE 6
9/17/2012
•
•
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
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS
. CITY PROJECT NO.11-09 BID FORMS-PAGE 7
9/17/2012
•
•
•
•
•
•
•
•
• C. The items of work which the bidder made available to local firms, including, where
• appropriate, any breaking down of the contract work items (including those items
normally performed by the bidder with its own forces) into economically feasible units to
• facilitate participation by local firms.
• Items of Work Bidder Breakdown of Items Amount Percentage
• Normally W Of
• Performs Item Contract
• (YIN)
•
•
•
•
• 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
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS
CITY PROJECT NO.11.09 BID FORMS-PAGE B
• 9/17/2012
•
•
w
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
i By
•
• Title
Organization
Address
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11.09 NON-COLLUSION AFFIDAVIT
9117/2012 BID FORMS-PAGE 9
•
•
ALL-PURPOSE ACKNOWLEDGMENT THIS PAGE IS NOT IN THE MOST
CURRENT SPEC BOOK
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) Ware 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/herltheir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument-
1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
Witness my hand and official seal.
Signature of Notary
•
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent
attachment of this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages_DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s)Other Than Named
Above
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 NON-COLLUSION AFFIDAVIT
9/1 712 0 1 2 BID FORMS-PAGE 10
•
S
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:
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09
• 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
S 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 20
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:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 BID BOND(BID SECURITY FORM)
9/1 712 0 1 2 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: ( )
i
3. CONTRACTOR'S License: Primary Classification
State License Number(s)
• Supplemental License Classifications
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of.Surety
Address
• Surety Company
. Telephone Numbers: Agent ( ) Surety( )
5. Type of Firm (Individual, Partnership or Corporation):
6. Corporation organized under the laws of the State of:
7. List the names and addresses of the principal members of the firm or names and
• titles of the principal officers of the corporation or firm:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09 AGREEMENT
9/17/2012 AGREEMENT AND BONDS-PAGE 1
•
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.
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09 AGREEMENT
911 712 01 2 AGREEMENT AND BONDS-PAGE 2
•
•
AGREEMENT
• THIS AGREEMENT made this day of in the year 201_,
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:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09
S The Work is generally described as follows:
Installation of a new Generac Model 5D050 50 kW 80 amp generator with 300 gallon fuel
tank (furnished by City); construction of concrete pad and fuel containment area,
construction of masonry screen walls and gate, installation of transfer switch (furnished by
• City), electrical panel, conduits, pull boxes, junction boxes and conductors in order to
connect new generator and transfer switch to the existing main panel. Installation and
connection (to utility operators satisfaction), of new electrical service/main switchboard
equipment. Work is inclusive of all materials and labor necessary to ensure a complete
• and fully functional emergency generator system in accordance with project plans,
specifications and applicable building codes and regulations.
S 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.
S 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
A suffered by the City if the Work is not completed on time. Accordingly, instead of
• requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of$700.00 for each
calendar day that expires after the time specified in Article 2, herein.
• FIRE STATION i EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 AGREEMENT FORM
9/17/2012 AGREEMENT AND BONDS-PAGE 3
•
ARTICLE 3 -- CONTRACT PRICE
• The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
and Bid Schedule(s).
ARTICLE 4-- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
• accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit,
Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's
Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications,
Special Provisions, the Drawings, Addenda numbers to , inclusive,
• and all Change Orders and Work Change Directives which may be delivered or issued
• after the Effective Date of the Agreement and are not attached hereto.
ARTICLE 5-- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the Engineer or the City as provided in the Contract Documents.
ARTICLE 6 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written
• Notice, it shall be deemed to have been validly given if delivered in person to the
• individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 7 -- MISCELLANEOUS
• Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
• consent of the party sought to be bound; and specifically, but without limitation, monies
• that may become due and monies that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
• assignment will release or discharge the assignor from any duty or responsibility under
• the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
_• representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
. FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 AGREEMENT FORM
9117/2012 AGREEMENT AND BONDS-PAGE 4
•
•
•
•
•
•
•
• 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
• Date
• BY
• City Clerk
• Agreement No.
• APPROVED AS TO FORM:
•
• By
• City Attorney
•
• Date
•
CONTENTS APPROVED:
•
• BY
• City Engineer
• Date
•
•
• BY
• City Manager
•
• Date
•
•
•
•
•
APPROVED BY THE CITY COUNCIL:
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 AGREEMENT FORM
9/17/2012 AGREEMENT AND BONDS-PAGE 5
•
•
Corporations require two notarized signatures:One signature must be from Chairman of Board, President,
• or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer,
• Assistant Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: Check one:_Individual_Partnership _Corporation
Address:
By: By:
• Signature(notarized) Signature(notarized)
Name: Name:
. Title: Title:
• (This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
• Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of ❑ State of ❑
• County of Css County of ❑SS
• On On
• before me, before me,
personally appeared personally appeared
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
• evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s)istare
• is/are subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
• and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
• instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf
• behalf of which the person(s) acted, executed the of which the person(s) acted, executed the
instrument. instrument.
• 1 certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
• WITNESS my hand and official seal. WITNESS my hand and official seal.
• Notary Signature: Notary Signature:
• Notary Seal: Notary Seal:
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION AGREEMENT FORM
CITY PROJECT NO.11-09 AGREEMENT AND BONDS-PAGE 6
• 9/17/2012
•
WORKER'S COMPENSATION CERTIFICATE
• (AS REQUIRED BY SECTION 1861
• OF THE CALIFORNIA LABOR CODE)
1 am aware of the provisions of Section 3700 of the Califomia 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
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09
• 9/17/2012
• WORKER'S COMPENSATION CERTIFICATE
AGREEMENT AND BONDS-PAGE 7
•
•
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
• That as Contractor,
And as Surety,
• are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the
County of Riverside, California, hereinafter called the "City," in the sum of:
dollars,
• for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
• administrators, successors, and assigns,jointly and severally, firmly by these presents.
WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement
• with said City to perform the Work as specified or indicated in the Contract Documents entitled:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO. 11-09
NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract
Documents required to be performed on its part, at the times and in the manner specified herein,
. then this obligation shall be null and void, otherwise it shall remain in full force and effect.
PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes
• in the time of completion, which may be made pursuant to the terms of said Contract Documents,
shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of
time granted under the provisions of said Contract Documents, release either said Contractor or said
• Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said
. Surety.
SIGNED AND SEALED,this day of 201_.
• CONTRACTOR: (Check one:_individual._partnership,_corporation)
• (Corporations require two signatures;one from each of the fallowing 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) Title
(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)
Print Name and Title:
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 PERFORMANCE BOND
9/17/2012 AGREEMENT AND BONDS-PAGE 8
•
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:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09
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 aright of action to
them or their assigns in any suit brought upon this bond.
• PAYMENT BOND
. AGREEMENT AND BONDS-PAGE 9
•
•
•
•
•
•
• PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or
• changes in the time of completion, which may be made pursuant to the terms of said
• Contract Documents, shall not in any way release said Contractor or said Surety thereunder,
nor shall any extensions of time granted under the provisions of said Contract Documents
• release either said Contractor or said Surety, and notice of said alterations or extensions of
• the Agreement is hereby waived by said Surety.
• SIGNED AND SEALED, this day of 201 .
•
• CONTRACTOR:
(Check one: individual, partnership, _corporation)
• (Corporations require two signatures; one from each of the following groups: A. Chairman of Board,
• President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,
or Chief Financial Officer).
•
• By
•
• Signature (NOTARIZED)
• Print Name and Title:
•
•
•
• By
•
• Signature (NOTARIZED)
• Print Name and Title:
•
•
SURETY
•
•
• By
•
•
• Title
•
• (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)
•
• PAYMENT BOND
AGREEMENT AND BONDS-PAGE 10
•
•
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
G
• TYPE OF WORK PERFORMED AND LOCATION
• TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(M000)
• r.,.
• EACH
OCCURRENCE AGGREGATE
• COMPREHENSIVE GENERAL
. LIABILITY
Including:
. ❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $
❑ UNDERGROUND DAMAGE $ $
• ❑ PROPERTY DAMAGE
PPOOVCTBICOMPLETEODPERATIONS
. ❑ CONTRACTUAL INSURANCE d
• ❑ BROAD FORM PROPERTY DAMAGE
❑ INDEPENDENT CONTRACTORS BODILY INJURY AND
• Cl PERSONAL INJURY PROPERTY if $
DAMAGE COMBINED
• PERSONAL INJURY $
• COMPREHENSIVE AUTOMOBILE BODILY INJURY
• LIABILITY EACH PERSON 5
Including: EACH ACCIDENT
• ❑❑ OWNED
HIRED PROPERTY DAMAGE
• ❑ NON-0WNED er
. ❑ MOTOR CARRIER ACT BODILY INJURY
AND PROPERTY s
OHMAGE COMBINED
• EXCESS LIABILITY BODILY INJURY
• Including: AND PROPERTY❑
EMPLOYERSLIABILITY DAMAGE COMBINED 5
• WORKER'S COMPENSATION STATUTORY
• end
EMPLOYER'S LIABILITY
• Including: EL $ (EACH
❑ LONG SHOWMEN'S AND ACCIOENTI
. HARBOR WORKERS
• OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS
. The undersigned cenifim;chat he or she is the representative of the above named insurance cempanies,that he or she has the authority to execute and issue this
ceniticate m 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,tens,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 tannin 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 amend,extend,or alter the coverage afforded by the policies listed.
• Cancellation: Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice
to the below-named certificate holder:
•
NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED
BY .u+xon¢r¢umcsrxt.smsxwxuwxcrcownrrss wuowc muw.¢
.novas
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION CERTIFICATE OF INSURANCE -
CITY PROJECT NO.11-09 AGREEMENT AND BONDS-PAGE 11
• 9/17/2012
•
•
•
•
•
•
•
•
•
•
•
•
• CITY OF PALM SPRINGS
•
•
• PUBLIC WORKS AND ENGINEERING DEPARTMENT
•
•
•
• PART II -- SPECIAL PROVISIONS
•
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09
•
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
•
•
•
•
•
•
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION PART II--SPECIAL PROVISIONS
CITY PROJECT NO. 11-09 GENERAL CONTENTS-PAGE i
. 7/31/2012
•
•
•
•
•
•
CITY OF PALM SPRINGS
•
•
PUBLIC WORKS AND ENGINEERING DEPARTMENT
•
•
•
• SPECIAL PROVISIONS
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09
•
SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
•
• 1-1 GENERAL
• 1-1A Standard Specifications. - The Work hereunder shall be done in accordance
• with the Standard Specifications for Public Works Construction ("Greenboole), 2012
• Edition, including all current supplements, addenda, and revisions thereof, these Special
• Provisions, and the Standard Plans identified in the Appendix, insofar as the same may
apply to, and be in accordance with, the following Special Provisions.
•
• In case of conflict between the Standard Specifications for Public Works Construction
• ("Greenbook") and these Special Provisions, the Special Provisions shall take
precedence over, and be used in lieu of, such conflicting portions.
•
• 1-2 LEGAL ADDRESS
• 1-2.1 Legal Address of the City. - The official address of the City shall be City of
• Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such
• other address as the City may subsequently designate in written notice to the Contractor.
• 1-2.2 Legal Address of the Engineer. -The official address of the Engineer shall be
• the Director of Public Works/City Engineer, City of Palm Springs, Engineering
Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such
• other address as the Engineer may subsequently designate in writing to the Contractor.
• 1-2.3 Legal address of the City's Project Representative. - The name and
• address of the City's designated Project Representative shall be the Senior Public Works
Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E.
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS
CITY PROJECT NO. 11.09 SPECIAL PROVISIONS-SECTION t -PAGE 1
• 7/312012
•
•
r
Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the
Project Representative may subsequently designate in writing to the Contractor.
1-3 DEFINITIONS AND TERMS
1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the
following terms are used, the definitions shall be amended to read:
Agency -The City of Palm Springs, a charter city organized and existing in the County of Riverside,
State of California.
Engineer-The Director of Public Works/City Engineer of the City of Palm Springs, California. •
Liquidated Damages -The amount prescribed in the Special Provisions, pursuant to the authority of
Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, •
or to become due, the Contractor for each day's delay in completing the whole or any specified portion
of the Work beyond the time allowed in the Special Provisions.
Standard Plans-The Standard Drawings and the Special Drawings of the City of Palm Springs. •
Owner-The Owner shall be the Agency,as defined above. .
Working Day-A Working Day is defined as any day,except as follows:
(a) 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
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.
s
- END OF SECTION - .
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS .
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 1 -PAGE 2
7/3112012
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.
16 WORKING DAYS
a 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.
2-2 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."
2-2.2 EXECUTION OF BONDS
Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b)
one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties
and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's
. certificate evidencing that it is an admitted surety insurer shall be submitted with the
bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure
Section 995.510 shall be met to the satisfaction of the City Engineer.
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION SCOPE AND CONTROL OF WORK
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 2-PAGE 1
• 7/31/2012
•
2-3 PRECEDENCE OF CONTRACT DOCUMENTS
The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read
as follows:
In resolving disputes resulting from conflicts, errors, or discrepancies in any of the
Contract Documents, the document highest in precedence shall control. The order of •
precedence shall be as listed below:
1. Change Orders or Work Change Directives •
2. Agreement
3. Addenda •
4. Contractor's Bid(Bid Forms)
5. Special Provisions
6. Notice Inviting Bids
7. Instructions to Bidders •
8. Plans(Contract Drawings)
9. Standard Plans
10. Standard Specifications •
11. Reference Documents
With reference to the Drawings, the order of precedence shall be as follows: •
1. Figures govern over scaled dimensions
2. Detail drawings govern over general drawings •
3. Addenda or Change Order drawings govern over Contract Drawings
4. Contract Drawings govern over Standard Drawings •
5. Contract Drawings govern over Shop Drawings •
2-4 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 .
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."
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION SCOPE AND CONTROL OF WORK
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS- SECTION 2-PAGE 2
7/31/2012 ,
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 furnished shall
be subject to the Engineer's inspection.
When the Work is substantially completed, a representative of the Engineer will make
• the final inspection.
M 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
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.
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION SCOPE AND CONTROL OF WORK
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS- SECTION 2-PAGE 3
• 7/31/2012
!
!
•
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 - •
•
•
•
•
i
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
s
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION SCOPE AND CONTROL OF WORK
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 2-PAGE 4
7/31/2012 .
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 2009 edition shall be deleted in its entirety and the
• following substituted
• 3-21PAYMENT
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 -
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION CHANGES IN WORK
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 3-PAGE 1
. 7/31/2012
•
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 vendor(s)
• that the order(s) for said supplies, materials, and equipment has been received and
accepted by said vendor(s) within 15 working days from the date of said award of
Contract.
END OF SECTION -
. FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION CONTROL OF MATERIALS
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 4-PAGE 1
• 7/31/2012
•
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
S 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
a♦ shall relieve the public agency from identifying main or trunk-lines in the plans
A 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.
a
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION UTILITIES
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 5-PAGE 1
• 7/31/2012
•
•
•
•
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 o
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 o
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 o
submitting a Bid, acknowledges its responsibilities as referenced herein. o
5-3 UTILITY LOCATION AND PROTECTION i
0
Locations of existing utilities shown on the Plans are approximate and may not be a
complete. , the Contractor shall notify Underground Service Alert at 1-800-227-2600 a •
minimum of 2 working days prior to any excavation in the vicinity of any potentially
existing underground facilities in order to verify the location of all utilities prior to the o
commencement of the Work.
The Contractor shall be responsible for coordinating its work with all utility
companies during the construction of the Work.
0
All water meters, water valves, fire hydrants, Southern California Edison vaults, General
Telephone vaults, Southern California Gas Company valves, and other subsurface o
structures shall be protected by the Contractor as specified in the Special Provisions. •
- END OF SECTION -
O
•
•
0
0
0
0
•
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION UTILITIES
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 5-PAGE 2
7/3 1120 1 2 .
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.
a 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 4:00 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
Dave Barakian,City Engineer (760)323-8253
VERIZON
• Attention: Mr.Larry Moore (760)778-3603
DESERT WATER AGENCY
• Attention: Ms. Debbie Randall (760)323-4971
SOUTHERN CALIFORNIA EDISON COMPANY
Attention: Mr.Frank Jasso (760)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,
. FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION AND ACCEPTANCE OF THE WORK
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 6-PAGE 1
7/31/2012
•
•
•
•
•
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, •
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION AND ACCEPTANCE OF THE WORK •
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 6-PAGE 2
7/31/2012 •
•
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
i 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, DraMngs, Special Provisions, or
Contract for the Work in relation to any such law, ordinance, regulation,
order, or decree, the Contractor shall forthwith report the same to the
Engineer in writing."
7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work- The
Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive,
• of the California Labor Code relating to working hours. The Contractor shall forfeit, as a
penalty to the City, $25.00 for each worker employed in the execution of the contract by
the Contractor or by any subcontractor under him for each calendar day during which
such worker is required or permitted to work more than 8 hours in any one calendar day
• or 40 hours in any one calendar week, unless such worker receives compensation for
all hours worked in excess of 8 hours per day, or 40 hours during any one week at not
less than one and one-half times the basic rate of pay.
7-3 Prevailing Wage Rates Not Applicable - Funding for the work is with all local
funds and as provided under the City Charter will NOT require compliance with the
prevailing wage requirements of the State of California.
• 7-4 Unpaid Claims. - If, at any time prior to the expiration of the period for service of
a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179
through 3210 of the Civil Code of the State of California, the City shall, until the
discharge thereof, withhold from the moneys under its control so much of said moneys
due or to become due the Contractor under this Contract, as shall be sufficient to
answer the claim stated in such Stop Notice, and to provide for the reasonable cost of
any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the
. Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of
. FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS- SECTION 7-PAGE 1
• 7/3 1120 1 2
•
the State of California, said moneys shall not thereafter be withheld on account of such
Stop Notice.
7-5 Retainage From Monthly Payments. - Pursuant to Section 22300 of the ;
California Public Contract Code, the Contractor may substitute securities for any money
withheld by the City to ensure performance under the Contract. At the request and
expense of the Contractor, securities equivalent to the amount withheld shall be .
deposited with the City or with a state or federally chartered bank as the escrow agent,
who shall return such securities to the Contractor upon satisfactory completion of the
Contract. Deposit of securities with an escrow agent shall be subject 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 i
Completion. Securities eligible for investment under Public Contract Code Section
22300 shall be limited to those listed in Section 16430 of the Government Code, and to
bank or savings and loan certificates of deposit.
7-6 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous
Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on
Contract. - (a) As required under Section 7104 of the Public Contract Code, in any
public works contract of a local public entity, which involves the digging of trenches or •
other excavations that extend deeper than 1.2 meters (4 feet) below the surface, shall
be subject to the following conditions: the Contractor shall promptly, before the
conditions are disturbed, notify the public entity in writing of such conditions.
(b) It has been determined that the OSHA soil classification in Palm Springs has
designated to be Type C soil throughout the City. All protective measures shall be
based upon that determination.
7-7 Resolution of Construction Claims. - As required under Section 20104, et
seq-, of the California Public Contract Cade, any demand of $375,000 or less, by the 41
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 •
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR •
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 2
7/31/2012 •
0
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
S requested, the City shall respond within the same amount of time taken by the
i Contractor to respond, or 15 days, whichever is greater, after receipt of the information,
if the claim is less than $50,000. If the claim is more than $50,000, but less than
$375,000, and further documentation is requested by the City, the City shall respond
• within the same amount of time taken by the Contractor to respond, or 30 days,
whichever is greater.
• If the Contractor disputes the City's response, or the City fails to respond,the Contractor
• may demand an informal conference to meet and confer for settlement of the issues in
dispute. The demand shall be served on the City, within 15 days after the deadline of
the City to respond, or within 15 days of the City's response, whichever occurs first. The
• City shall schedule the meet and confer conference within 30 days of the request.
If the meet and confer conference does not produce a satisfactory request, the
Contractor may pursue the remedies authorized by law.
7-8 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully
with the requirements of Section 1717 of the Construction Safety Orders, State of
California, Department of Industrial Relations, regarding the design of concrete forms,
• falsework, and shoring, and the inspection of same prior to the placement of concrete.
Where the said Section 1717 requires the services of a civil engineer registered in the
State of California to approve design calculations and working drawings of the falsework
or shoring system, or to inspect such system prior to the placement of concrete, the
Contractor shall employ a registered civil engineer for these purposes, and all costs
therefore shall be included in the Bid item price named in the Contract for completion of
the Work as set forth in the Contract Documents.
7-9 INSURANCE
The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard
Specifications, shall provide coverage for not less that the following amounts, or greater
where required by laws and regulations:
INSURANCE AMOUNTS
• Prior to commencing any Work, all contractors, vendors and service providers shall
• procure and maintain, at their own cost and expense for the duration of their contract
with the City, appropriate insurance against claims for injuries to persons or damages to
property which may arise from or in connection with the performance of the work or
• services. The types of insurance required and the coverage amounts are specified
below:
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO, 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 3
• 7/31/2012
•
•
•
i
A. Minimum Scope of Insurance Required i
•
1. General Liability Insurance is required whenever the City is at risk of third-party •
claims which may arise out of work or presence of a contractor, vendor and
service provider on City premises. At a minimum this policy shall:
•
• be written on a per occurrence basis; and
• include products and completed operations liability, independent contractors i
liability, broad form contractual liability, and cross liability protection. i
2. Automobile Liability Insurance is required only when vehicles are used by a i
contractor, vendor or service provider in their scope of work or when they are i
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 i
shall: i
• be written on a per occurrence basis; and i
• include coverage for Bodily Injury and Property Damage, Owned, Non-owned i
and Hired Vehicles; and i
• include coverage for owned, non-owned, leased and hired vehicles. i
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 i
should be made to the City's Risk Manager. i
3. Workers' Compensation and Employer's Liability Insurances is required for i
any contractor, vendor or service provider that has any employees at any time i
during the period of this contract. Contractors with no employees must complete i
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. i
B. Minimum Limits of Insurance Coverage Required i
Under$25,000 Limits to be determined by the City's Risk Manager i
$25,000 to $5 Million: $1 Million per Occurrence/$2 Million Aggregate i
Over$5 Million: Limits to be determined by the City's Risk Manager i
Umbrella excess liability may be used to reach the limits stated above. i
C. General Standards for Insurance Policies •
All insurance policies shall meet the following standards: i
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR .
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 4
7/31/2012 .
1. Insurance carrier is to be placed with duly licensed or approved non-admitted
insurers in the state of California.
2. Insurers must have a Bests rating of B+, Class VII, or higher(this rating includes
those insurers with a minimum policyholder's surplus of $50 Million to $100
Million). Exceptions to the Best's rating may be considered when an insurance
Carrier meets all other standards and can satisfy surplus amounts equivalent to a
• B+, Class VII rating.
3. Certificate must include evidence of the amount of any deductible or self-insured
retention under the policy.
D. Verification of Insurance Coverage
• All individuals, Contractors, agencies, and organizations conducting business for the
City shall provide proof of insurance by submitting one of the following: (1) an
approved General and/or Auto Liability Endorsement Form for the City of Palm
Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an
• approved Additional Insured Endorsement with the following endorsements stated
on the certificate:
s
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
f Example B below.
• FIRE STATION i EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 71-09 SPECIAL PROVISIONS-SECTION 7-PAGE 5
7/3 1 12 0 1 2
•
•
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 agentlbroker
or insurance underwriter. Failure to obtain the required documents prior to the .
commencement of works hall not waiver the contractor's obligation to provide them. •
E. Acceptable Alternatives to Insurance Industry Certificates of Insurance
The City will accept either a CIS 20 10 10 01 or a CIS 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: S
A copy of the full insurance policy which contains a thirty (30) days' cancellation a
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 (Votes are also acceptable as interim evidence for up to 90
days from date of approval
F. Endorsement Language for Insurance Certificates
Example A: r
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:
i
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR .
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 6
7131/2012 .
SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING INSURER WILL InNQEA� AVQR TO MAIL 30 DAYS* WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN RUT
• FAILURE TO MAIL SUCH NOTICE u I I IMPOSE NO 0B 1 . OR
�rn�cc-n...-ooc-r.v--ooc�+-rti+�rrv-w-4
I IAQII ITV OF ANY KIND UPON THE INSURER, ITS AGENTS OR
• REPRESENTATIVES.
• *The brokedagent can include a qualifier stating "10 days notice for
nonpayment of premium."
i 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
S 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
. FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 7
• 7/31/2012
•
•
•
•
•
•
•
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 w7itten request for waiver •
or modification of the insurance requirements and the reasons underlying your
request to the Risk Manager. All requests for waiver or modification will be reviewed •
and a final determination rendered by the Risk Manager. •
7-10 PERMITS •
•
7-10.1 Business License. The Contractor and all of its subcontractors shall possess a
current City business license issued by the City prior to commencement of the Work, in
accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a •
Business License from the City of Palm Springs prior to commencement of work. The
Business License can be obtained from the City of Palm Springs, Business License
Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. •
7-10.3 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. •
7-11 SITE CLEANUP •
•
Throughout all phases of construction, including suspension of work, and until final
acceptance of the project, the Contractor shall keep the work site clean and free from •
rubbish and debris. The Contractor shall also abate dust nuisance, as required in •
Section 7-15 of these Special Provisions. The use of water resulting in mud on public
streets will not be permitted as a substitute for sweeping or other methods. •
Materials and equipment shall be removed from the site as soon as they are no longer •
necessary; and upon completion of the work and before final inspection the entire •
worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so •
as to present a satisfactory clean and neat appearance, as approved by the Engineer. •
All cleanup costs shall be absorbed in the Contractors bid.
•
Full compensation for all work required in this section shall be considered as included in •
the contract prices paid for the related items of work and no additional compensation •
will be allowed therefore.
•
7-12 DUST CONTROL •
•
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 8 48
7/31/2012 •
•
•
•
•
• 7-12.1 General
•
• A. The Contractor shall be responsible for stabilizing the disturbed soil during
• construction. The method which it will use must be approved by the Engineer. If a
water meter is required by the Engineer during construction, the Contractor shall
• contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of
• this work shall be included in the price of various items in the Bid Schedule, and no
• additional payment will be made therefore.
• B. The Contractor shall be responsible for maintaining the project site and providing
• adequate dust control 24 hours a day, everyday, through the duration of the
• pro iect, in conformance with City requirements, Section 7-8 of the Standard
Specifications, and to the satisfaction of the City Engineer.
•
•
•
• - END OF SECTION -
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION RESPONSIBILITIES OF THE CONTRACTOR
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 7-PAGE 9
• 7/31/2012
•
•
• SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL
• (BLANK)
- END OF SECTION -
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION FACILITIES FOR AGENCY PERSONNEL
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 8-PAGE 1
• 7/31/2012
•
•
SECTION 9 - MEASUREMENT AND PAYMENT
• 9-1 GENERAL
9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further
specified herein, shall include all compensation to be received by the Contractor for
• furnishing all tools, equipment, supplies, and manufactured articles, and for all labor,
operations, and incidentals appurtenant to the items of work being described, as
necessary to complete the various items of work, all in accordance with the provisions
• for Measurement and Payment in the Standard Specifications and these Special
• Provisions, and as shown on the Drawings, including all appurtenances thereto, and
including all costs of compliance with the regulations of public agencies having
jurisdiction, including the Safety and Health Requirements of the California Division of
• Industrial Safety and the Occupational Safety and Health Administration of the U.S.
• Department of Labor(OSHA).
No separate payment will be made for any item that is not specifically set forth in the Bid
• Sheet(s), and all costs shall be included in the prices named in the Bid Sheet(s) for the
• various appurtenant items of work.
9-1.2 Partial and Final Payments. - Acceptance of any progress payment
• accompanying any estimate without written protest shall be an acknowledgement by the
• Contractor that the number of accumulated contract days shown on the associated
statement of working days is correct. Progress payments made by the City to the
Contractor after the completion date of the Contract shall not constitute a waiver of
• liquidated damages.
Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent
retention will be withheld from each payment. All invoices and detailed pay requests
• shall be approved by the Engineer before submittal to the City for payment. All billings
• shall be directed to the Engineer.
The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for
the entire amount covered by such invoice; valid unconditional waivers of lien from the
Contractor and all subcontractors and material-men for all work and materials included
in any prior invoices;
Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262.
Prior to final payment by the City, the Contractor shall submit a final waiver of lien for
the Contractor's work, together with releases of lien from any subcontractor or material-
men.
Payments shall be processed in accordance with Section 9-3 "Payment' of the
Greenbook Standard Specifications for Public Works Construction, provided, however,
that the Contractor shall make an approximate measurement of the work performed
• prior to the closure date of each month to serve as the basis of an invoice for making
monthly payments. The closure date shall be established as the last day of the month
in which work is performed. The Engineer shall review the Contractor's monthly
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION MEASUREMENT AND PAYMENT
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 9-PAGE 1
7/31/2012
•
•
•
•
•
•
measurement of the work,. and shall either reject or approve the measurements. If •
rejected, the Contractor shall revise the monthly measurement of work according to the •
Engineer's measurements, and resubmit for approval by the Engineer. The Contractor •
shall receive payment by mail to the Contractor's business address within 30 days of
the Engineer's approval of the Contractor's monthly measurement of the work.
Payments shall not be made more frequently than once per month. •
9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall
be DELETED and the following substituted therefore:
After 35 days of the Citys recordation of a Notice of Completion with the County Recorder, or as •
prescribed by law,the amount deducted from the partial payments and retained by the City will be •
processed for payment to the Contractor, except for such amounts as are required by law to be •
withheld by properly executed and filed notices to stop payment, or as may be authorized by the
Contract to be further retained. •
9-2 PAYMENT SCHEDULE •
•
9-2.1 Bid Schedule. - All pay line items will be paid for at the lump sum price named in
the Bid Sheet for the respective items of work. The quantities of work or material stated •
as unit price items on the Bid Sheet(s) are supplied only to give an indication of the
general scope of the Work. The City does not expressly, nor by implication, agree that •
the actual amount of work or material will correspond therewith, and reserves the right •
after the award of Contract to increase or decrease the quantity of any unit price item of •
work, and shall have the right to delete any Bid item in its entirety, or to add additional
Bid items. •
•
•
- END OF SECTION - •
•
•
•
•
•
•
•
•
•
•
•
s
FIRE STATION 1 EMERGENCY GENERATOR INSTALLTION MEASUREMENT AND PAYMENT •
CITY PROJECT NO. 11-09 SPECIAL PROVISIONS-SECTION 9-PAGE 2
7131/2012 •
•
•
SECTION 10 -- CONSTRUCTION DETAILS
10-1 GENERAL
10-1.1 DESCRIPTION -
Installation of a new Generac Model 5DO50 50 kW 80 amp generator with an onboard
300 gallon fuel tank (furnished by City); construction of concrete pad and fuel
containment area, construction of masonry screen walls and gate, installation of transfer
• switch (furnished by City), electrical panel, conduits, pull boxes, junction boxes and
conductors in order to connect new generator and transfer switch to the existing main
panel. Installation and connection (to utility operators satisfaction), of new electrical
service/main switchboard equipment. Work is inclusive of all materials and labor
• necessary to ensure a complete and fully functional emergency generator system in
accordance with project plans, specifications and applicable building codes and
regulations.
10-1.2 RECORD DRAWINGS
The Contractor shall keep a complete set of record drawings at the job site. The
Construction Plans shall be legibly marked showing each actual item of record
• construction including:
1. Measured depths of elements in relation to fixed datum points.
2. Measured horizonta[ and vertical locations of underground utilities and appurtenances
with reference to permanent surface improvements.
• 3. Measured locations of internal utilities and appurtenances concealed in construction
• with reference to visible and accessible features of construction.
4. Field changes of dimensions, locations and/or materials with details as required to
• clearly delineate the modifications.
5. Any details not in the original Construction Plans developed by the City throughout
construction necessary to clarify or modify the Construction Plans.
The Contractor shall maintain all record information daily and make this information
available to the Project Inspector upon request. The Contractor's progress payment will
not be approved unless project record drawings are current.
10-1.3 LOCATION AND PROGRESSION OF THE WORK
10-1.3.1 General Location. -
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09 CONSTRUCTION DETAILS
9/18/12 SPECIAL PROVISIONS-SECTION 10-PAGE 1
•
•
•
The work is at the Northwest comer of the rear parking lot of Palm Springs Fire Station 1,
located at 277 North Indian Canyon Dr.
10-2 TRAFFIC CONTROL
10-2.1 Maintaining Traffic. -Attention is directed to Sections 7-10, "Public Convenience
and Safety," of the Standard Specifications. •
10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in
traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall
maintain all traffic control devices in proper working condition 24 hours a day, 7 days a •
week for the duration of the Work, regardless of whether the subject traffic control devices •
were originally included in the Contract or were added at the discretion of the Engineer.
All traffic control devices shall be removed from view and non-operational when not in
use. •
10-2.3 Construction Signing, - Lighting and Barricading — Construction signing, lighting
and barricading shall be provided on all projects as required by City Standards or as
directed by the City Engineer. As a minimum, all construction signing, lighting and
barricading shall be in accordance with State of California, Department of Transportation,
"MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2003 EDITION AS
AMENDED BY MUTCD 2003 CALIFORNIA SUPPLEMENT", or subsequent editions in
force at the time of construction. These signs and barricades shall be indicated on and be •
an integral part of the Traffic Control Plan. •
10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at
least 24 hours, but no more than 48 hours in advance of the work. The signs shall be
placed no more than 100 feet apart on each side of the street and at shorter intervals if •
conditions warrant. The Contractor shall provide the signs and will be responsible for
adding the dates and hours of closure to the signs. Removal of signs and furnishing and
placing of barricades, if necessary, for posting of signs will be provided. All signs shall be •
removed within 24 hours after the effective date. •
10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the
property owners or occupants of affected properties with a written notice 48 hours prior
to the beginning of construction. Said notice shall be prepared and submitted to the
Engineer for approval prior to notifying property owners or occupants of affected
properties.
10-2.6 Traffic Disruptions. — For all road closures, road detours, lane closures, and all
night operations, the Contractor shall obtain written approval from the Engineer a
minimum of 2 working days prior to the commencement of the Work. All warning signs
shall be manufactured with high intensity faces and legends, and shall be placed at least
7 calendar days prior to the commencement of construction. All work done on major and
secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs
shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION •
CITY PROJECT NO.11-09 CONSTRUCTION DETAILS •
9/18/12 SPECIAL PROVISIONS-SECTION 10-PAGE 2
•
•
•
normal traffic signal operation shall be coordinated with the Engineer a minimum of 2
working days prior to the commencement of the Work.
10-2.7 Traffic Signal Operations. - The Contractor shall not modify the Signal Timing.
The Contractor shall notify the City 24 hours in advance of any lane closures or detector
loop removals so that the agency can modify the signal timing appropriately.
• 10-2.8 Allowable Lane Closures. - One (1) Northbound lane on Indian Canyon Drive can
be closed between Andreas Rd and Amado Rd.
• 10-2.9 Travel Lanes. - In public streets, during working hours, the Contractor shall
maintain not less than one lane of traffic open in each direction at all times. At night and
during non-working hours, the Contractor shall leave the work site in a safe condition and
allow for the full use of two lanes of traffic.
• Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses
that may be affected. This work shall be included in the Bid Item price for traffic control in
the Bid Schedule, and no additional compensation will be allowed therefore.
• 10-2.10 Detours. - The Contractor shall provide, install, and remove any detours for the
routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the
Special Provisions, or as directed by the Engineer. Payment for such work shall be
included in the Bid Item price for traffic control in the Bid Schedule, and no additional
• compensation will be allowed therefore.
10-2.11 Traffic Access and Control. - The Contractor shall provide and maintain all
necessary traffic control to protect and guide traffic around all work in the construction
• zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with
signs prior to the commencement of the Work. All traffic restrictions listed herein shall
supplement any other traffic control requirements of the City, and are not intended to
replace any part of these requirements. Local access shall be maintained to all properties
• fronting the Work at all times.
10-2.12 Parking and Access. - Access shall be maintained to all driveways within the
construction zone, unless other prior arrangements have been made with the Engineer
• and the affected property owner.
10-2.13 Pedestrians. - The Contractor shall erect signs and barricades to direct
pedestrians through or around the construction zone. These signs and barricades shall
• be an integral part of the Contract, and shall be included as part of the Bid Item for traffic
Control in the Bid Schedule, and no additional compensation will be allowed therefore.
• 10-2.14 Public Safety During Non-Working Hours. — Not-withstanding the Contractors
• primary responsibility for safety at the site of the Work when the Contractor is not present,
the Engineer, at his option, after attempting to contact the Contractor, may direct City
forces to perform any functions he may deem necessary to ensure public safety at or in
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 CONSTRUCTION DETAILS
9/18/12 SPECIAL PROVISIONS-SECTION 10-PAGE 3
•
•
•
the vicinity of the site of the Work. If such procedures are implemented, the Contractor
shall be responsible for all expenses incurred by the City.
10-2.15 Measurement and Payment- Payment for traffic control shall be considered as •
included in the various bid items of work, and no additional compensation will be allowed
therefore.
10-3 EARTHWORK •
10-3.1.1 Existing Facilities. - It shall be the Contractor's responsibility to protect all
existing improvements not designated for removal. Should the Contractor anticipate •
removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees,
hedges, fences, walls, signs, water valves, irrigation system components and associated
electrical service, etc., that is not slated for removal as part of the Contract, repair and
replacement shall be at least equal to the existing improvements prior to such damage, all •
in accordance with requirements of the Contract Documents. •
The Contractor shall be responsible for any and all damage done to existing property and
adjacent properties during all construction work under this contract, and the Contractor, at •
its expense, shall make any repairs that result from its operations, to the approval of the •
Engineer and the subject property owner.
10-3.1.2 Rights of Way. - The Contractor shall not do any work that would affect any oil, •
gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission •
line or cable; any fence; or any other structure, nor shall the Contractor enter upon the
rights-of-way involved until notified by the Engineer that the City has secured authority
therefore from the proper party. After authority has been obtained, the Contractor shall •
give said party due notice of its intention to begin work, and shall give said party
convenient access and every facility for removing, shoring, supporting, or otherwise
protecting such improvements and for replacing same.
Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or
other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm
drain lines, poles, and overhead power and communication wires and cables encountered
along the line of the Work shall remain continuously in service during all the operations .
under the Contract, unless other arrangements satisfactory to the Engineer are made with
the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or
cable. The Contractor shall be responsible for and shall repair all damage due to its •
operations, and the provisions of this Section shall not be abated even in the event such •
damage occurs after backfilling or is not discovered until after completion of the
backfilling.
10-3.2 REMOVALS
10-3.2.1 Disposal Site. - The Contractor shall specify the route and the disposal site of
the material that is required to be removed and hauled away. The Contractor shall provide •
this information at the Pre-Construction Conference. •
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
CITY PROJECT NO.11-09 CONSTRUCTION DETAILS •
9118/12 SPECIAL PROVISIONS-SECTION 10-PAGE 4
•
•
•
•
•
•
•
• The Contractor shall not stockpile any removals on any adjacent lots, with or without the
e property owner's approval.
e 10-3.2.2 Parking Lot Paving Removal: Portland cement concrete topped asphalt
• pavement shall be removed to neatly sawed edges, with saw cuts made to a minimum
e depth of one-half the thickness of said concrete. Concrete sidewalk, access ramps,
e driveways, or planter areas to be removed shall be neatly sawed in straight lines, either
parallel to the curb or at right angles to the alignment of the existing concrete flatwork.
e Concrete shall be saw-cut to the nearest cold joint, weakened plane joint, or expansion
e joint in all directions, regardless of panel size or the distance from sawcut to joint. Note
e that existing parking lot is believed to consist of asphalt cement topped by Portland
cement concrete. Contractor is to satisfy themselves as to the make up and thickness of
e required parking area removals prior to bidding.
e 10-3.2.3 Payment. - The cost of parking lot paving removal shall be paid for under the
e lump sum Bid items for Emergency Generator Installation in the Bid Schedule, and no
e additional compensation shall be made therefore.
10-3.3 Unclassified Excavation and Fill
e 10-3.3.1 Unclassified Excavation. - Unclassified excavation shall consist of any flatwork
e removals, including all P.C.C. sidewalk, driveways, access ramps, and existing planter.
e 10-3.2 Unclassified Fill. -The Work shall conform to Section 300-4, "Unclassified Fill"of
the Standard Specifications. However, the top 12 inches of subgrade and topsoil shall
e have a minimum relative compaction of 95 percent.
e 10-3.4.5 Payment. - The cost of Unclassified Excavation and Fill shall be paid for under
e the lump sum Bid items for Emergency Generator Installation in the Bid Schedule, and no
e additional compensation shall be made therefore.
e 10-4 PORTLAND CEMENT CONCRETE
10-4.1 Material. Portland Cement Concrete of the class and type shown on City
Standard Drawings shall be used to construct the generator foundation, fuel containment
• area, flatwork and any necessary trench repairs. Where class and type are not specified
e in the standard drawings or plans, Portland Cement Concrete of type 560-C-3250 (6
e Sack) shall be used for construction.
e 10-4.2 Sidewalk. Sidewalk material shall be Portland Cement Concrete of type 560-C-
• 3250 (6 Sack). Construction of sidewalk shall conform to the City of Palm Springs
• Standard Drawing Number 210.
• 10-4.3 Generator Foundation and Fuel Containment Area. The generator foundation
. and fuel containment area shall be constructed as indicated in the project drawings and
e FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
e CITY PROJECT NO.11-09 CONSTRUCTION DETAILS
9118/12 SPECIAL PROVISIONS-SECTION 10-PAGE 5
•
e
•
construction details.
10-4.4 Measurement and Payment. - The cost of Portland Cement Concrete shall be •
paid for under the lump sum Bid items for Emergency Generator Installation in the Bid •
Schedule, and no additional compensation shall be made therefore.
No separate payment will be made for grading, preparation of subgrade, furnishing and •
setting of expansion joint material, disposal of excess materials, and all other appurtenant
items for which separate payment is not specifically provided in the bid.
10-5 SCREEN WALLS and GATE •
10-5.1 Installation. Screen walls shall be constructed as shown on the Construction
Plans and indicated on the 'Orco 8 it block wall detail' located in the appendix of these
special provisions. The type of material, reinforcement and dimensions of the screen •
walls shall be as specified in said detail and the project drawings. Masonry block
materials are to match as closely as possible the adjacent 'slump stone' walls. The
Engineer is to approve masonry block materials prior to delivery of materials to the work
site. All masonry block materials to be manufactured by Orco Block Company. Use of •
alternate masonry block suppliers will require the contractor to submit an alternate 6' to 8'
CMU site wall design detail. Alternate site wall designs are to be prepared and stamped
by a professional civil engineer, licensed in the state of California.
This item is inclusive of the installation of a wrought iron gates as shown on project
drawings. Gate to be approximately 3 feet 4 inches wide by 6 feet tall. Pickets are to be
spaced at approximately 6 inches. Gate to be constructed of 3/4 inch steel tubing and be
cleaned, primered and painted to the satisfaction of the Engineer. Gate shall include a •
locking mechanism. A shop drawing for the gate construction is to be approved by the
Engineer prior to construction and installation.
10-5.2 Payment. The cost of Screen Walls and Gate shall be paid for under the lump
sum Bid items for Emergency Generator Installation in the Bid Schedule, and no
additional compensation shall be made therefore.
10-6 UNDERGROUND CONDUIT CONSTRUCTION
10-6.1 Utility Trenching, Backfilling, and Compaction. - All trenching and backfilling
shall be done in accordance with the Standard Specifications, these Special Provisions, •
and as directed by the Engineer. Compaction requirements shall conform to Section 306- •
1.3 of the Standard Specifications; however, the top 12 inches of subgrade or topsoil shall
be compacted to a minimum relative compaction of 95 percent.
10-6.2 Protection of Existing Improvements. - Should there be any damage to existing •
improvements that were known to the Contractor prior to excavation, the Contractor shall
restore or replace the existing improvements to their original or better Condition, at the
Contractor's own expense. •
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION •
CITY PROJECT NO.11-09 CONSTRUCTION DETAILS •
9118/12 SPECIAL PROVISIONS- SECTION 10-PAGE 6
•
•
•
10-6.3 Trench Replacement. - Where utility connections require saw-cutting and
removing existing P.C.C. flatwork areas not initially intended for removal and
• replacement, as shown per the Plans, the replacement P.C.C. thickness after proper
• backfill and compaction shall be a minimum of 4 inches thick, or 1 inch thicker than the
existing P.C.C. flatwork thickness over 3 inches thick.
• 10-6.4 Payment.
• All costs for trench replacement in existing P.C.C. flatwork areas not initially intended for
removal and replacement as per the Plans or these Special Provisions shall be included
in the lump sum price indicated in the Bid Schedule and no additional compensation shall
• be allowed therefore.
Payment for Underground Conduit Construction shall be made at the lump sum price bid
• for Emergency Generator Installation and shall constitute full compensation for removal
• and disposal of all resulting materials, all labor, materials, equipment and incidentals,
trenching, placement, backfill, and [pull rope] [wire], complete in place, as shown on the
plans and required in the Standard Specifications and these special provisions and as
directed bythe Engineer.
10-7 PULL BOXES
10-7.1 Material and Size. Pull boxes shall be of reinforced Portland cement concrete
and of the size and specifications of a Caitrans Number 3 1/2 Pull box. All pull box lids
shall be reinforced fiberglass material.
• 10-7.2 Cover Marking. Pull box covers shall be marked "SCE", or "ELECTRICAL" as
• appropriate, with 1-inch high letters that shall be clearly defined and uniform in depth.
10-7.3 Installation and Use. Pull boxes shall be used as necessary in the area of the
• generator and electrical equipment. The bottoms of pull boxes shall be bedded on 6"
• crushed rock prior to the installation of Conductors. Crushed gravel shall extend 4" past
the edge of the pull box in all directions..
• 10-7.4 Payment. Payment for Pull Boxes (if necessary), shall be paid for under the
• lump sum Bid item for Emergency Generator Installation and no additional compensation
shall be made therefore.
• 10-8 ELECTRICAL
10-8.1 Codes and Standards. In addition to complying with Section 209-1 "Regulations
and Codes" of the Standard Specifications, all work shall comply with National Electrical
• Code, latest edition, local utility company regulations, and City of Palm Springs codes and
• ordinances
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO.11-09 CONSTRUCTION DETAILS
9118/12 SPECIAL PROVISIONS-SECTION 10- PAGE 7
•
•
•
10-8.2 Submittals. The Contractor shall provide submittals for all electrical components
to be incorporated into the work. All materials are to be approved by the Engineer prior to
being used on the project. •
10-8.2.1 Record Drawings. During progress of the work, the Contractor shall maintain
an accurate record of the installation of all items.
10-8.4 Accuracy of Data. The Generator Installation Drawings and these
Specifications shall be used for guidance. Any changes in location, alignment, or
distances shall be approved by the Engineer. Contractor is to be familiar with all existing
conditions prior to submitting bid. •
10-8.5 Measurements. Verify all measurements at the site. No extra compensation will
be made because of differences between locations shown on the Contract Drawings and
measurements at the site. •
10-8.6 Installation. Conduit installed in the floor slab or underground shall be rigid
galvanized. Conduit in direct contact with earth shall be coated with an asphaltum paint
approved by the Engineer. PVC Sch 80 may be used where acceptable by code. All slab •
penetrations shall be coated galvanized conduit. Where conduit is installed in concrete
slabs, on the ground, underground, or exposed to the weather, make all joints, liquid tight
and gas tight. Bury all underground conduit in a depth of 2'0" below finished grade unless
otherwise shown on the Drawings. •
10-16.7 Testing. Upon completion of this portion of the Work, test all parts of the
electrical system in the presence of the Engineer. Demonstrate that all equipment
furnished, installed, and/or connected under this Section of these Specifications functions •
electrically in the required manner. All systems shall test free from short circuits and
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. •
10-16.8 Payment. Payment for work required in this section shall be considered as
included in the lump sum price bid for Emergency Generator installation and no additional
compensation will be allowed therefore. •
- END OF SECTION -
FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION ,
CITY PROJECT NO.11-09 CONSTRUCTION DETAILS .
9118/12 SPECIAL PROVISIONS-SECTION 10-PAGE 8
•
•
•
•
• CITY OF PALM SPRINGS
•
PUBLIC WORKS AND ENGINEERING DEPARTMENT
•
•
•
• PART III - APPENDIX
•
•
• FIRE STATION 1 EMERGENCY GENERATOR INSTALLATION
• CITY PROJECT NO. 11-09
•
• Generator Installation Drawings
• Orco Standard 6' to 8' CMU Site Walls Detail
SCE Electrical Service Plan
• Structural Calculation for Generator Addition
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
• CONTENTS
• PART III
•
•
•
•
•
• ORCO STANDARD 6' TO 8' CMUU SITE WALLS
•
•
• Lam— OPTIONAL FL7TC4P DESmO TERIA:PER 7HE2010 COC
1.ALLOWABLESOIL BEARING PRESSURE=1500 ASP
• Z ALLOWABLE LATERAL PASSIVE PRESSURE=150 PCF
3.GROUTSTRENGOL=2"PST @28 DAYS.
• 4.REWFORCTNGSTEEL:GRADE60
5.ISW PSI MASONRY COMPRESSION STRENGTH.
•
6816,5616,OR 6618 CMU
GROTTEDONLY@V5ZT NOTES.•
• STEEL
1.Q7NCRETEBLOO'CSNALLCONFORM 70ASTMC 90.
• 2.COCRETEFUR FOO77NG9t4LL BE PARTQ7•ftNT TO2-112
• '^DROP--IN BAR PAR ISS00 TO 3-I/2 PAR 73 CPA VEL WTTNA MWMUMOF1-112
GALLONS OF WATER PER S40C PORTLAND CH4WFSNALL CONFORM
• Q 70AST76f C150 TYPE ITIV Fc=2500 PSI
'T6STDJWVT a RL7NF0RCNGSTEEL SHALL BE DEFORMED AND CONFORM TO
• REIMFORCEMENT@24'O/C ASTMA 615GRADE60.PROVIDE 46 PAR DIAMETER LAP.
Z (3 PLACES-4 PLACES FOR 7'
• 1- &8'WALLS).USE#5STD. 4.REM SHALL BECEN7B?LDIN THECONCRETEBLOCKCELL.IN
FOR SLUMP BLOOC WMCHITISLOCATLD.
• W S COWRREEBLOOCSHALL BELAYLDINA RUNNING BOND
• H NOTE.•FROVIDEX4 DOWEL& PATTERN WTTN VER77C41.COlMUITYOF THEMI UNO.
Jc - X4DR0P-INfARATE4CH 6ALLBLOCKCELLS LDNTAININGVER7TC4LRWARSH4LLBESOLID
• < SIDEOFOWMOLAIR95
ENDS OFWALLSAND@WALL
� D'
• o HBGHr aMNGE9
q� 7.USE TYPESMORTAR PROPORTIONED LOWA57N C270 PART
• p CEMENT TO 112 PARTLIME TO 4-112PARTSDAMP,LOOSE SAND.
0 8.GRO rFOR CONCRMBLOIX PLOT AS7MC476 TO SEI PART
• ip CEMENTT03PARTSS4ND(GXOUTFLYCONTAW2PARTS3/8"
PFACR4VQ IFWEA7HLR COIDITIONSAREFAVORABIEAND BLOOC
• X'DOWEL@CENTER OF UNOBSTRUCTED 04157ZEIS SLWEZEYTTO ALLOW GOOD GROUT
GNU. R.M WATER SHALL SEADDLD TOPRODUC56000 GROUTFLOW
• WIIFl0?SEGREG4TI0N OF THE COAS7USM
9.NXCKS7HNMAYBEWET-SET I-Jl2.M7O THEFOOTBVGW D E
• F LEVEL GRADEBOTHSIDES [3THL3t 7HECONCRETEITHEE TRENNal7)PEA007ING.BEPIACED TO
• C
10.F0077NGM[/5T8EPOURFD ONOR INTO LAVDISTURLLID
• N47URAL SOIL OR ON COMPACTEPHLL WI7HA MINIMUM
COMPACR0NOF90%.
• #4 HORZCONT. 11.PIRSTTNSPEMOV TO BEAFTER F007M TRENONESARE
• RE40YFOR LONLRETEAND ALL
ti SSXW INSPECaM TO BE WHBY UffR£f) RW VERTIOILISINN
PLACEAND THE BLOOM WALL IS READY TO GROUT.
• 12.MWMUM CONTROL JOTN7'5PAQNG.40'OX 20'0/CFOR
• WALLS TO BE MORTAR WASHED OR STLAXO COATED.
'W'CONT FOOTING C l011
SEE CHART FOR REQUIRED REBAR 2ti�� i
AND FOOTING DIMENSIONS. 13 e E 5 S
• Clv cc Q "il u E Al
<
usT.of dU11SW �v,�.` S. h
m
w m
• - rc ~ C31025 n
Ezr. 12-31-2012
CITY OF PALM SPRINGS ST4TF oP, �A��o�=P
•
•
•
i
•
•
CHART FOR 6' TO 8'SITE WALL W/SPREW FOOTING
•
i WIND MAX. 'W'
• DESIGN WALL SPREAD
• SPEED HEIGHT FOOTING 'X' DOWEL 'Y' BAR
•
TH
#4 @ 40" 0/C__�33" #4 @ 40' O/C
b'-0" 2'-0" sa•0/C-19•cnu
N 10 10"
• to w #4 @ 32" 0/C �33" #4 @ 32" 0/C
p Q 6 -8" 2'-3" 2r o/C-W cnu
27'0/C-IB'CMV
• Z l0' 10"
w
I11
#4 @ 24" 0/C 33"
i a-- 7'-4" Z'-4" la•O/C-le•e w
(n 2" -- 12" #4 @ 24" O/C
36•o/c-it cm
1
• lf) �
U 0 #4 @ 16" 0/C- L33" #4 @ 16" 0/C
i 8'-0" 2'-6" le•o/C-le•CMu
• IB'0/C-IB'CMU
12" 12"
•
i
i
i t4LVfVfl @ FAOISRa:'QF
&QXIX/!W/I40RCPDY&iR �s'�aee'"ux4w�*zw
• °v+axmasm+.vm�
i ae�wmo'vew.vmx�wnwr
mv-
e 3
• /YRSMAWRVVWWAUSWN9tE ' I vl 4• Hrnrz mn..mmar-Inaaex
O/LIIX4GESWA[EOW,WB AI/2 BLo1TC aww...wenuiracceamv
ewuvn¢a ''V'
MAYIgTIX?OSWAfEGR90..FRDY�E mavrmnu /'d•
L4 001YII AND I9 DAp^•IN B L(pY 6gp/
SmEa"INEJ/d BL00(pTAR/-AS
FOOTING STEP DETAIL
•
i101go S. /ON4
• ti
i
C3l026
• CITY OF PALM SPRINGS * EXP. 12-31.2012
�T4A. C l V a le
P OF CAI�F .
•
STRUCTURAL CALCULATIONS
FOR
A GENERATOR ADDITION
AT
FIRE STATION NO. 1
277 N. INDIAN CANYON DRIVE
PALM SPRINGS, CALIFORNIA 92262
0
PREPARED FOR:
MRC ENGINEERING, INC.
72880 FRED WARING DRIVE
PALM DESERT, CALIFORNIA 92260
PREPARED BY:
YC:.' ♦I f/�ti�'aL.'1.a.� j��.t
JOSEPH N. CICCHINI, P.E. f r{ . 35727,
P.O_ BOX 4206
PALM DESERT, CALIFORNIA 92261
TEL: 760-776-6687
EMAIL: jncpegaol.com
MARCH 14, 2012 ✓ "i
THIS CONFIDENTIAL REPORT IS PROVIDED EXCLUSIVELY FOR THE USE OF
ENGINEERING APPROVAL, THE TECHNICAL INFORMATION CONTAINED HEREIN IS THE
CONFIDENTIAL PROPERTY OF JOSEPH N, CICCHINI, P.E.. REPRODUCTION OF THIS
REPORT OR USE OF THIS INFORMATION FOR ANYTHING OTHER THAN ITS LIMITED,
INTENDED PURPOSE AS TO THIS PROJECT,WITHOUT THE WRITTEN PERMISSION OF
JOSEPH N. CICCHINI, P.E. IS PROHIBITED.
0
•
•
•
s!'t tid` r� _ if��"ir r G' _y,�vt"+� �f�r:G.L� � Ai�� i�'-�/i •
f:{�� S''?:n�`iti'��. — �.�V, �•? �'ti ;fix � 1 �'� �.�-� •
•
�' �1�� .. -., CAI Il+l% i. _ � �, t _ — ��. •
C44
•
t:El (1�.nrG�. � ���Oj3r� '� �ti� � �•f .; �a�r1%�j' `>�i jr� ..l � �� -rC�`;�,'� •
•
r t{ {�( � ti, •
+ f
�r'��.f�/�s. � ar77(.w� ?irt�:t�.;7'� --:.', �1� 1j lji�. .� '�iV�.x,[, �c�i� ;•
n33� 9G' 'OH '+r Q •
P
:+t4+`1-15X:y -...tre:7J j ".�'u'i+, x5'i _ 75`•:11 `- j G,`{.. .'e i -4iT' j �Y !I„'
•
Ott. �' � ,t„ _-t. _�4� � �� .,. '� ,r�r•� ,•;F rt =����4}�3$/
� v
< r
•
7,1
• r
•
•
•
•
•
•
•
•
•
•
i
•
•
•
•
•
•
. Anchor Calculations
Anchor Selector(Version 4.7.0-0)
• Job Name'.P5F4e51882 T}bie.r<ime:3 MID12128:54 PM
Catculation$y(nmary-Act 318 Auoendix AC1318-08
Anchor
• Anchbr S;eeEoTAnoigbrs Embednw_rt t7opiri(In) Categay
• FIT`sSmn{1-Bolt2 Carbon St l 8 . 3.875 1
• Concrete
. Cartereto - - Crackad rJI)SI)
Normal vfei$ht Yes 250tL0 1.00
E nndi an 7h"duress{inj 5uppr.ease Rainio Cement
B tension and shear INg
Anchor Layqut Dimensions _. u..
Lxt UOr1 c12. b r
xt b,2 'yt DY2 Srt fiyl Sl2 5r3
. {in) lin) (in)'(in) (in) (In) (in) (in} (in) (in) (in) (in)
• 6 G G $ S.5 1.5 'I.5 1.5 33.04 22,44 22.44 22.4d
• FaCturod toads
Nua(14I vufl fib) VUn+(Ibi Muk(1b"H) ht'y ovit)
• to59 0 - - 0 0 0
• ax(tnj ey.4in) 'Mod.Wgh seismir - Apply en5re shoar sti front rovr
• o o res No
Indivldtral Anchor Tension toads
Nti at NuaE NuaS Nuai NU05 ?4 06 N e. ua9.
( } Qts) {Ih} (Eb) (I)} {Ib) (1h) 1(lb)
244.1,8 244,88 244.8$ 244.8$ 24#,$8 244.58 24d.$$ 244.88
• 0.00 10.00
Individual Anchor Shear toads
Eual
VV V V V V Vua'F. rsa9 oa6. un5 [k aB7 uaa{Ib) 0b) (tb} (lo). T1ti) Qb) 11b)0.00 0.00 0.0o Q.00 0.00 0.00 0.00
0.0D o.00
4P Tension strengths
5toor(O=0.75) -
Nga(lb) �J,N=(Ib) N�ilh) jNUB!<L91
12100 8075.00 1244.88 a 6.0�170
Conve^fo Breakout(0 a 0.85.`t'ao,=0.75)
N�o�{Ib} �l+Nryallht ;:NY3(Ib) LN=M*lCop
427G7.84 2$853 T10 1859.00 0.01J53
Pullout(®=0.65,(b��0.75)
Nan(t8) rbNon{Ib) how INMI*xm
• 3735.01) 118MOI 244.86 0.1345
abot)t:blank '13.1 UI
. 1 N�LV f-. v♦ .tom
Side-Face 93owoU does not apply
• Shear Strangths
• Stos1(0=0.6s)
;�pbJ d V.4(Ib) V jb) v U,wVw
• 0510 14231.50 1 G.00 10,
D000
Conaele Breakmrt(case 1){d=0.70 9.75)
vcwr.{iD) a'vaa.(lbj `-vu�(Ib) ::v hDV x
• 17565.50 D232,39 _ 0-00_ 0,0000 - -
. V�9Y(Ib) u�V�,9S,{Ibj r Vu�{Ibj uoar hDVcy9Y S V41 MrV9
. 7963.41 96 5d 0.00 0.0000 9.D000
• Ognanate Breakout{Case 2)(rD=0,70,c$neie=0.75)
• Vb,,,ObJ 2VC,gpDf =V�(Ib) =VmW.),*uVcbp
23040.31 UID0.37 0,0D 0.9004
nvvL4A dY Uay aay. rbtg '-'. ne
• 1245(i 53 6539;16 0.00 0.0000 - 0.0000
Co were Brwkout(case 3)(fl+=0.70,,bra=0.75)
• cxt edge
• V�9,(Ib) 4)V i,(ID'1 V,�,r(1b) %Val,hlVcb9},
• 39076.86 20516.4i 10.OU 10,0000
cy1 edge
. Vch�(Ib) 79x(ib) a:V�(Ib) E Vuax'�^�Vc6ax
• 17763.13 9325.64 10.00 1 0.0000
cam,edge
• Vcba,(Ib) 4,VmpY(tb)..f V,.,(Ib) �:V�rt6rVt�eY
• 3007B_88 20516.41 0-60 10,0000
• e12 edge_..._
• lrcbax{Ib) q>V y9,(�1 `'Y,mxgb) £Vu hDV K V Mlvl y
17763.13 9325.64 IOM 111MOU 0.0000
. Pryout(o=0.70�4lpr_=.0.75)
V�,9{ID) 'm"'{Ib} I S V �(vb) -V.kpV,,e
• 64323.66 144269.93 10 JG.DOOD
Vc(hlllb) u,V4i9(Ib) L V..),(m) r Vus,hbV�P V��/, VT 9
• 84323-66 144269.23 10 10.0000 10.0ma
Interaction Whack
• Note:Ratios in the e9va5on below,nave bean olmdcd by 0.5 factor for bide failure.
• V Max(0)e=02 ald T,M0a 027)<=1-0(SecD.>.1)
• Interaction Uacic PASS
Use 112"diamotor Carbon SWO 31rong-Rof[2 anehor{e)with 3.875 in.ambadmont
•
•
•
•
aboutMank 31t312�1?
• Visit w:,':a. smc'soraanchors.c m for LtT. 13-eat_ 1[1tbrZ aC_O.
AneMaring and h*sfpre>1g Sys�mt tdt:CAacni£attdidcrSpaty AddzAdalR Gs.><.J rt„-* p
Strong-Bolf 2 wedpaAachae ?3tt+QisSe
• �IkJCiOe 6lFrr�I
-
. The Sh h A-BOf`°2 wedge anchor is ills)teal-generation 5Clutic'n for cracked
and uhCrat krd cnincrDto.Fail n,hg Iigrloustrst•rty accord mg to IOC-ES
acceptance criteria,the Strong Bolf"2ancnnr rot al.rad classr-z0vo as r
• iratt:govy i anchor,the h ghaM attameblc er`chur category for poriot moms in
)sacked Concret undsr static aqd sci mm leading,Available to stainLI;s steel,
• it is wdu-hsted by I4C-ES unrrr the 200913C re'duirr..ments fu pust-msta0ed s
ancacrs in rravk:d old uanmr.kad conc:ete. zi
• FEKI"URES:
GafegorgI anchor class lficaitesTh String-Bar michcrTeI:6vcd t '�
classification as a Citegnry 1 anchor uhteh is avlahlistted by potiornanee in
:ell&lily tosts In accordance with A693 and AV1355.21ast cute is Gategary a
. f is the highest atalhablcanohnr category for raliabifiM
r � S
•
Tri-segatented clip:Each segment ad lists miep;:ndently,inorrasing toflo r,-up x t
• vpansion should the hole IFcreasre in Rite TC a resul".of a crack, : n
S • Duct embossments on each clip segment Erablw c iptc;und"frut into the
:oncosts thereby incroRO g tulh.'t•� up :pansiGnacouklacrac,.orrar ; `� 'sr� F,-� '
S • Tale only'A'anchor so lotion approved for 3%"concrete th fckness.Ti:e
Stru ig-Bcilt 2 anchor c+n be installed in croc": rrncrste ar,lh a nunimum
thickness Gf Ci A i1ciudi19 deckiiig 0y Read Memo
• 1he hP31 S alemP d val tip,
• High-sirengih.alloy Clip on carhan sleet anchors Inb.'.pgvial ;illtrr'clip w-1 m Or:brmm'is
oti Irnpro'v d petloun itc- Strong-Solt'2 nr,Gqu ' mu ldr7'M1:
- Standard(ANSI)fractional anchor:Fi:,mist fi lures and installs wlih lvedtlD Anehaa arl;r-nrHir[a'rlcr.
• cmnmon driil bitsitesane tents
• Easy p00-instaflalion idenllIcatien:The hpa;:d is stecalped with
• Simpson Strang-Tit"_=sy+nbol and a latter inr length id_rtilicatian Installalion Sequence
- Type 316 stainless-steal clip on stainless steel anChars: In adrfit'cri t,
superior c0r corrosionresitlanFa,a€1ainlesoStCClrhFoth:r:'rneniCrG'ihat
trttnl s to theanc hor s peiI,,it;'rnde it-,he hn I increases Irt site becaugG
of a cnck L (,
MATERIAL:Carbon steel stud with spECial aeny c1iN stainless-Sleet stud with
stainless-steN Clio(v diamO 'rGot') `=!E
• FINISH:Zinc-plated{ram n steel. / Il
CODES:iC FS FSR-33 r tc_rhan and stainless steel;,Cl of Lus Angelas - 111
`- PCnasng;tl "erda;y; tut—PcAding )coda-r'andf�y �,—
e TEST CRITERIA �� 7
Thu Sirurlr Bolt2 ureds. anchor has been€steel In a rerdana=xdh ICl r5's
Anceptarrre btttet:a for?& rani al Arc hnrs in C&Brr¢tr El me ris FAG 193)and
AC135b.2 for the fol'owdip °
} Static tensron and shor loariinq in cra red and uncracked cony, etc
ae:srnic and wind loading in;cracked anti uncra._lk5d concrete
.� - P,rftomtance in cracked conctete
- .PP!1ormwe it lilitiMpilryNt Cowelf."i,r Mr.l t deck
MOTE PRODUCT AVAILABIL17Y AS FOLLOWS:
ST132+fa-diameter in l,•arbor stoo',stainless ilmel:sir>t guarte!2011
51132V -andl ao diameter in:,aroon steel:second quarter201'
Length Identthcatlon Head flacks on Strong-991111 t2 Wedge Anchors(corresponds to length of archon—inches)
Mark ::'one-_-TA —8:. G j U E-. £ G R.j t d ) k':j tt K i C:'.t G P l it K ; 5 T u 14 VY._ X r F!
Flinn t0 �I 9 Y� i Ir - Ili 4 o'i� l c u r n 1A5- � �11 r2 ' 1 li tr i m i V
FFF i _
• �tlp To 6u7 NY ttfUedlno" le. 9 �;� 3 _ .__1 +. t_� d G it4•I in. 12 . •a ? 74 I? sf. I7 la 731 -
•
dachariarlar��'8stenru�SystearsforCcna�teanaA7zsomyA�den,iarra. e
. ,. , ,.•xiya�erc�a+s
• SEtang-gaff°2 Anehat Prodost Data msterial Specifications
S17a - Urbnn steak M Siainiass 16dB BII lthmdb I aaanittt Carbon Wei-line Plated,
-
• ' SIPPI I ilia I Length I
} tm J madal No I ga. �-G,irmn Cort:pmrenl Materca[s
.'Model ha i -41nS
• [ t:? ` S73e 3+1r1 I$?[I? r41"Sc1 I l.', 51 @G: -Mchar kddl 'yLa4Fer - Ellp
ra° `T6ta 30. IS-2'T�'( J17GSe• �i 1 t*Ya s 1 25" .— gaily (
xr xl — SL37i>31 S1tI�3+'r?hSc, o/ d :e� 5 � 3 upulwo
• r x3 b(6z 3
f3 4 >TE2a a1 GS�i 1 I -. Yi aal L�t9'> st t
Ys F1 1a :l•att an �'1 IAST(t7 ° R :tr 1 AS16.. .:
I xa STR 3 ]0 ,.ILnS v<Ids.. ; °i1: 5� 6adcA k,Tioi f84
M1 Ft
• rN 7 i iG271 51 '—e D ` ... .. _.
:.mti U1 ' STa%rOa31 i °rr.. ca 99r 71an n:ni hSR':E>F. . .SCItla .n..Tlµa 41
i:4 saY Si815fH1;
--i Stainless Steel
• t4k5>i 15 k 3 fS' 6 tint
-r b. S:F2''„[hGa In Sort" o jCn �mgore�i'6alaoals
a n1 E`B?SC817 a, F 2a- =60 .:1 �. Alltnar NO '196&h9r GI[p
_ _._.�.
• _: _ _.
r^ra4' b?{l$911? - r ? r+. 20 :.^ Pope 316 Type,9113 T5Z 31E
*SxS 5-F.7-eD,Ch —. ... , J �p .._ -S"Al ire,o:eel€WmIP�=_�,d.-Sl,;ildsS•rzI'St2inl .5S,e=1
i `;>xG SiP,E�Lbr • f sf S .4 21 Rr
Rn 5,'E�-t ll l% .. i. ; t.• Ill art
• c 4.%.G S`-r va r,25 L9 2L'.
Strong-Bali2insfialEatignlntorrtaiiunt
NaatlaatAn;har Olamete�(m.?
Glixrasknt{sita 1 Symkrsl � ilnKs: r---� — CarFM�rtnSlrrl _ T � $IaIFinSs Star:1_ f
;.: �'' ' _.. " EacteiEeann lnformaficn I
• elaT,a If]lametar I �, —f :�'T' s ; .. _—_ >4 ,6` ,..,�
Jr I E'.l Ulan.eier I rl IG
F'i searot 5-1cx:ercc,tut..Ui mtc [{ `
m.
I
-; Enslalla m hnra T+ I 1 Ibl a TE m 1 3U
- - � ttl�E; ntt.il I 1 9j 117d Ol.. .._.
Plop na fmhar3nPitU pla> Lyx m c 7,4 } C3 e `4 "r f
E(I ai rlahrJ!1' It E.na; 1 h M.
1 '' ( lrm t ,41] - a54t �(r IFI, - ur ltGi f-0II IQ]I
� 0.d Ylflltl 3t.lal.,nCl'RIBA91ry r II ngi i'a 3t a7 41a 6 P C I I
_ :I'It1 (Ui siil 1 q t nh al F+Ir-x ilsurli,. ^a
Ir F i - a i, 51 77 7 7 Gf L
. r[l� I F,l fi Ql I-FJ7 ( 6il I Ilat] 2291 0135- j 1215;
• , Nivinlum rdae Ddatu
R
IG .,
fl
r ' urns, tf61 f f:.l fs 2i 1 ItO'_t Af mimum Sqn xcG., -
Idin ElulI OUOV':TI:ICBneaE 4,R n 3�, 45
.,_,• um= Jai 11141 014) f140j I Ila , ;11G 1 t20C, 10 I
Add:hanal Gafa _. ....
v l otlaoctl', rr µLE .IL aI%, 91.t'ICIn
I FE05r>x>FrnRRni4 a<x ttc DEi9 ip1.r'la1
dub L.fP1i R9;1
• ' irr (1.+614 n+G.: 1 a.1GG i . . ��14
h9 1 T11Ffi1 PRS!i.=, .n+l She,:r 8tras Area trllwl,
_.. ...._...__.._.. t17?I i33
"se a 1131 IFJti
0 i Cr I to er.I<a1 SM't4 lard Ga-:aa It > ,i4 92: t�1,5(U �I .7 9 M
LCresw ,6 il4c7cYed�caaste ;tl 11n„ n EI 1,11135; 1 I f.1I ( L'71
i Rt51:cinch-254mrr•ftt-lbf- 1.3.cgG,] J51 -6651°a,11t (Ala PI IIci et=C..`t I rEt.
t l -m.tl matinn prnu.nt d in tl?is nil 1 1CY lv as%6 n a nu I'Gcu'.N h 6 t1eeYP'CI nxlw ci:d'A J'7.lfnentlix l'.
• IMP fIPRbnaE mr]t.PPIJt Hdit atill111C CLdC EL',3Jlfan "II'IL.Ils;L I-.lerl[L(aanteit
S. Far ibc"OE TG.c-.:.rt+cssd,:
4, tat the=LN;.yt-e a-F,s!,,-
! '^.F, g., ptalae ealti J1211a hit r,a,trtnre>xn a equal to r,rmanal iTbdnarc*.
•
0
• i
• Amy}orm4ar+dFAsl�traSrstet�sTvrCanlrtteat;U.35aaonry:kdd�ndtasr ".., `... :. e'
r.. T'ie,:.
If' 1.'.^..ilff$YY,'" Ik:S111Jr;.5Rlf
Straag-BDIt"2tMedgekllchDrT6nsionSleeDgthDeslgn Data
t LeJ° oiennlrndlmnlsLars
1I >- Namraat ARcfihr Dlemeinr(ini i
. f CharastoMstle &pmbal ,. Umts carhan Steal Stain less St I
II A( Yr1r e. ?4
u eg5iy t ar3 ' C am' 4+a e
I
• _ 1t
1 ~I
i 1
• N mind Embedment Deplt 'Ir • 1 III 2 2 i4
J._. frnrnl IStI csl 170J 16t1 Lrq'
• :`Siarvi Slr'efigrh"ht Te tslan{Act 312 See:lbn D S 1) _
She.StrZrpth cf(n::im; .._I L,,, 12.t00 19..i0 <5
(tivl f24 9) 03 01 le<.fs7 (9J ri
• bIrZT'12hi14LiUGr44 faCi0'^.�t'9el 1
875 IT r h
' GCncrete ft[eaWut Strengt4hieasinrs 1Ac[31SSetliva65.2)
NL-.!iYP.Crr•b¢drrJe CleRh _ I pa in •(��-%� 2`_ 2L'. 3Jr. at 1 dr% I%i 6s�
.. l [nnl ( (Alt )0"'+,I ,? MI 164)
�riGcal racy ulslanC^.
• ;mmi �. tiE. �" ([L f,u.ll I 4t'!I (191) ,2f !, 11651 (21 )
Fflcc iv:nlr..s fmly-Umr.4 eJ 24 ?; _. �24
Gannet. ;
Elt�cl,arms rditef-er l+1 1
a lcfet: ; Ccr li 1; 77 ! 77
ttc Idiraluui farh5r u..u' -- Y.00 LOU ',QO L00
S{IZflOthfl d11r,"l nn fxanr Lancrdd
0rsakuu.ta�lur.' :
• - �- -P'CIl'Oa[Streii@ih in Teaslon(4Ct 3'19 SNeiknfr.5.3) __
Pu Oul Slr nUtll Lrld;fo Gr6caete _..-- la '+ ,iJ E-SQ5
fro 2500 ps Lyn Ifa! Ia,F1 Il?. I' Nh° f f1G Bl Mre t3a_,15 r /'D ( 47'
Ptlt Our S r ngth llrt rilckd?unc!eta b >0$r% MIS' 1 a 9,3' 5.025- 0.
QC 2500 D54 _ f477. { ft 01' lb I+• 12341' ! I¢0, },
Strel,gll:Baalirt,rr..actnr Pullant �_, - i4.65 ilGh
• aline
1'9neila Sltength lot Selsiaw ApAlisa)mas lAcl SEtuea ti 3 S.3( _
T-
Te.
Ision 5"Irnn'llil nI SbInk.AncCBr tel r R ! 13D9 Glxt% ' r3 , 6,IIS7 J' 1 1,74t1'.
Selsnl tad If,-:250D t11 par fls '•5.61 1t91` NiA I661` W7
• sreprtth8 duct,r.4artar-Pu6cat I QUO - ( Oc!) -1.65
ral�re' I -
+nr5)'iindh=25.4 nm.I fhf- A4Slt. - - -
0 i2 The n(onrcW rL ':wnG'ra h it:g aarle in.lCi d I,varanc.+.lrt„IW II+u llr'Ign d. NA(Not Aipfcrt'� jniuL jlijtl"Jllmn I<rtn ul"For Until SC hLc
C.Jtem,11?410 11 JApg.,ud'uC W1 tpLz vilk!lioel.r.. S. IrioirInm=F4sbcPilln.t wcl h'4rr,arrf ff++ Yt lmprecim,hantte. �:-5c
IhL!airalatLf :til+ot hr3acl uter lh_:�J Lw'IEltimfrJrz of aeClra:6a:.?.14r'nq Inuma...i
- 1&e FrhGl>tE dfhr9P arPU PJI hrIIEIFNrllwmafons L^• ItnFL¢en:'.COre a" Tt ^13r., t°!ttJ 4 LBn.A,91r.AtGY.mrt:E n]rM1nls�.y:,tl ,'te.fic
x im,l,tha aprmpri a uf 1 n .:I bcollrrrc v lIn jwrG1 r hAct 314 J4.5 Inrrr j LV rruhp7 rlp i6c Wb.11 .+a4 iSll rt'+n 5p51C rr+F� 1r'21'.rai
c irouy]-@47 ma111.ns alndur haal rlcmcnty asL rrcU hiA ! BC.t. ?, It tJr-7t51 aNlx+r'rlr ,q.,2all-s r.t thl;We a l9hlntinn gr`ectir 76C0.1
the 13WIa1Fa.utdnF pint,arplin whir h O,,Lh Imar _Ilriznuhon. otSwIbr
L a EC r M)of- In plmd Cad dltl I VIEAnbll r ,' tX%Ppo i
Scakin r-4l -th; t AC:9i9 aCQt]['.'2 Br C']ilVd WrC II�raIm1: 11631E uCln}Ilrvr fta_rirt 8ln 00f ClalOv l]r Mrtrl- aA 0E1' r•rtr.a.: ,Npp:'Df l[3:1
S£r IM D_ ¢I r(4 t4Adminl Ir"i nndmcnDaaalics +l aCDl nl:lratj l'tJ gtlla4tL["Irrl-I. jF{IfCn i]af r'f'G61P°uLLuID{•.`!LI
.� R`fj(-.:T JiF511W prJiAIUL 1 r' t 11n1-]IJn vrnnrq r[nphjlllL€uFVh rclCit '?• 4. F Is LCJz 16G•4,1 r4 'diz `Tf tt
I n1]I,1A AR 9r CBMiLai iI1]8 1 L^S.ILS IIOLIT In4 15F, ly-¢11'P£Inr.7101
•.zr:.,fovma,191pt lfHd CCrnmO C.m3 of ita.o11 l,- 1.n QPa...€eJ aslt II, 9. t4.un an�.hor ]:e uee�. a�.ructar:,l awl.Ilpr a.g•snnnme",..4w ma�flficat✓.II'aaal
'C"mrcrlwz cl AGl'tB RcmoI3 to arimnn A. m.�, hl"4-Cr:ynJu rd ,.c, i' 1 [ .s eu rim Yid fnwt&m h lion m G.G.ii euRvi,0 ptA]•:cVunnm
}rnla<dt il.r mllrxi Li el rt.z 1n,t,AGjjj upi d{tip.lt hr loEdcmnCirc..ufz;
It'. Nqt. mn.pn y ,nll t_'nultphG b. �a,atph as•..
• Nh shin lnf<lirar y.. a5b0 If -pp.Jls'u aahU'A i:n rot t inGrrninsY is
d.eV flhiCr,n 1 w.1. p O:f.CdJ.
•
•
s
•
• 79
LTCV 'MY. tlii:6 (hC ID It -�--"
�RaU,P A' �_,',rPRIItlT
- i .n.' MT/QkY fV] Flr_StcFL+
r
r Il YkYI l.:R U:,,����9J1:w�� SJI:- d, .LC 0 1 .:.1h M •. f 1 ALGA
IY' M1'R I 'SD � In 1 � I II iiT Li P 1 4 r. FI.L .i 4E11
J Y Y I T 'i lNk IYIwrHY
3 !F N -4*
c_[rLNk,�. f0i 3 kM J�ACf
•YG
1 �
y.q
Y'ADc5&1 �� {14) 1� ` ICJv T/1N D.NJ L i.J C I(fF 444d : J9D 31]
f 3
t ]
+FM'IT[ F [41'1 15i
J. E
�- � .m......•. • ..r �.r...•.•r ••• 1.[+]J I � [Cv Y I.li TIN f 140.. nr.
X-FI IIYY ll[M1E .i g .:r4Lllir..
31 I:`l'TrJJ — ' arl� •ti R{II—� { Y`_:CI Ta o`R•N N .1L IL ^OSTEC _
.[.T[iP..'$TEC
TiI % IISI '-IrU NkT 1r`i a u n 1
! d.LLnl)I�I^Yf!"vl1'[-JI lai�lx�Yl M1
t i
r 1
_ e
vY
t11e.Slw S.;yp�y
T iliFr^I4°A "C•g
E 4'/ '�
ro N. JIAC
Nx
rr-v Y,• a
0G8262
296
AL_ ® `
wa®www.w®p
tjl�
� M �mwal
lr aslow
4
MWIAIM[
WAFAFANIW
WIC w.r
Sli SU IOW 4UPSCZ C TO 60 KOi?
—
vwua.a w�win
ACOUSTIC EN--UU[JRE ocvasa-EnvG ;,
IN I4LLkTION DRY NING NTS, PAL Ga _
ISSU= DP'E. 3/c7/C£3 �Jt�32tic�
1