Loading...
HomeMy WebLinkAbout05857 - CONTRERAS CONSTRUCTION CO ARABY CIRCLE DRAINAGE IMP CP 07-16 DOC # 2010-0015589 01/14/2020 09:00R Fee:NC Page 1 of t Recorded in Official Records County of Riverside Larry U. Ward Assessor, County Clerk 8 Recorder RRecording equested After Recording nd II II II II 1 1 �� �I III IIII II III Return to: S R U PAGE SIZE AIM111SCLONG RFE) COPYCity Clerk exnMCity of Palm Springs M A L 465 426 PCSMF NCHBOX 2743 - Cr CTY UNI. 2alln SRrulnS.,CP-9?.763 E ONLY1 Pursuant to Government Code So s a benefit to the Section 6103,this document is being retarded a City of Palm Springs and retarding fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. II. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 4th day of Nov.2009. V. The name of the contractor (if named) for such work of improvement was: Contreras Construction Co. P.O. BOX 1808 INDIO, Ca. 92202. VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows:Araby Circle Drainage Improvements. VII. Nature of Interest: Fee Owner Vill. The property address or location of said property is: East End of Araby Circle. IX. City Project No. 07-16,Agreement Number: 5857, Minute Order No.: q CITY OF PALM SPRINGS: BY: DATED: Senior Public Works Inspector Michael Lytar BY: �%/ DATED: n Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. Clerk-:James Thompson Index No. 17-09 CITY OF PALMSPRINUS CONTRACT CHANGEORDER To: Contreras Construction Co. Date: Nov.3, 2009 P.O.Box 1808 Project No.: 0746 Indio Ca.92220 Project Araby Cir. Drainage Improvements Change Order No.: One (1) COi1LMCr Purchase No.: Account Numbers: 133-4295.50242 133.4296.50250 Agreement No.: 5857 CHANGES IN WORKICOST Changes to Contract Quantities-Deletions Item: Bid Schedule A A. Relocate Existing Drain Box +1LS a, $300,00 S300.00 2. Remove Existing A.C. Pavement +333 SF @ S1-00/LF $333.00 3. Rcmove Existing Roll Curb +20 LF @ $6.00/LF $120.00 4. Remove Existing P.C.C. Driveway - 250 SF @ S3.00/LF ($750.00) 5. Construct 2 %"A_C. Pavement + 269SF @ $1.90/SF S511.10 6. Construct 4" Crushed Misc. Base + 269SF @ $1.05/SF $282.45 7. Construct P.C-C. Roll Curb + 12 LF @ $30-00/LF $360.00 8. Construct 6"P.C.C. Driveway - 117 SF @ S8.00/SF ($936.00) TOTAL CHANGE ORDER INCREASE AMOUNT $22055 REASONS FOR CHANGES: This is a Balancing change order. Actual quantities were more or less than the original estimate. Item 4, Removal of Existing Driveway, was deleted from the contract. This item was not necessary to complete construction. Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. SOURCE OF FUNDS The fallowing Account will be charged the amount shown above. 133-4298-50242 r Sunimary of Costs Contract Time Original Contract Amount: $69,Z04 00 Original Completion Date Nov.2, 2009 This Change Order: $ 220.55 Days Added for this C.C.O.: --3-- Previous Change Order(s): Previous Days Added: _C_ Revised Contract Amount: $69,424.55 Revised Completion Date: Nov. 5,2009 1 have received a copy of this Change City proval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by ALL Date Senioi Public Works Inspector By Approvedby___Oi, Date C< tractor: Contreras Construction City-Engineer Date fl— T~ Approved by Pl Date City-Manager Attested Distribution: Original Executed Copies Conformed-File Conv - Contractor (1) Engineering File City Clerk (1) Semor Public Works Inspector (1) - Economic Development (1) Finance (I) Okk(b APPROVED BY CITY COUNCIL hk2 aao55 „ ?� fA� 3d„ 2 AGREEMENT THIS AGREEMENT made this 0(\tt day of )01Ix 2009, by and between the City of Palm Springs, a charter city, organized an existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Contreras Construction Co. 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: ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 07-16 The Work is generally described as follows: Removal of existing roll curb and asphalt concrete pavement, and construction of new roll curb, asphalt concrete pavement, catch basin, storm drain and drywell system, located at the east end of Araby Circle 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 $675 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ARABY CIRCLE DRAINAGE IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.07-16 AGREEMENT AND BONDS-PAGE 1 d(97104 ARTICLE 3 --CONTRACT PRICE $69,204,00 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule($), 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 01 to 02, 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. ARABY CIRCLE DRAINAGE IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.07-16 AGREEMENT AND BONDS-PAGE 2 dl97I0A IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY THE CITY COUNCIL: ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Date ?Y :� Agreement No. _ City Clerk APPRO Eb AS TO FORM: By G D z i A orney Date 7/L ','y CONTENTS APPROVED: By City Engineer Date Y Ii APPPOVEDBYCUYCOUNCIL ey City Mang Not TO Exceed $ 9 � Date �i a @'Vjthout The Expresg Written Auth©HzatiOn Of The 01ty yyanagc-r. ARABY CIRCLE DRAINAGE IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.07-16 4/77109 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRYaCTnR:--Name':, Contreras Construction Co. Check one:_Individual_Partnership X Corporation _�-Addross_ 81-149 Indio Blvd. _ - —Indio CA 92201 Qn9furc-(m6orize' Signature (notarized) Name:EIrici„:e— G. a-�rereC Name'�Iap" (' . l a"A- rP.rcA Title: ce (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 LISS County of ❑ss 71 ~� On On before me, y before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are 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 behalf instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 AGREEMENT FORM 4/27/09 AGREEMENT AND BONDS-PAGE 4 State of California SS. County of Riverside On June 30, 2009 ,before me,Ramon Carlos.Diaz (Notary Public), personally appeared Enrique G. Contreras and Ruben G. Contreras Personally known to me, or ®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 ON CARLOS CUZ acknowledged to me that he/she/they Commfaton • 1785545 executed the same in his/her/their authorized Notary PubWe•Caufoinla j capacity(ies); and that by his/her/their MNC1ae�SPMJMI&2Ct2 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, execute Jthe instrument. WITNESS my hand ial seal. i OPTIONAL Description of Attached Document Title or Type of Document: Agreement(City of Palm Springs) . Document Date: 06130109 Number of Pages: 4 Signer or Other than Name Above: Signer is Representing: Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer-Title(s): Partner-Limited- General Attorney in Fact Trustee Guardian or Conservator Other 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: • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO. 07-16 • • 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 &W O � Number Date _�,� ;� .L 0 aa�7 • • 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. • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO,07-16 BID AGREEMENT 4/27/09 BID FORMS-PAGE 2 • kpALM Sa City of Palm Springs r Deparrmenr of Public Works and Engu eering 3200 E.Tihcuirz Canyon Way • Palm Springs,Cal£ocnia 92262 I c�L rF0 R�tiP Tcl: (760)323-$253 ' Fax:(760)322-5360 • Web:w wd.paLn-springs.ca us f E ADDENDUM NO. 1 ppf To all prospective bidders under Specifications for the Araby Circle Drainage Improvements; City Project No, 07-16, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 4 92262, until 2:00 P.M on Tuesday, June 2, 2009: [ The following response to questions in a Request for Information received May 19, 2009, shall be documented: I Question: It is not clear what the concept is for the reinforced concrete, with 6" diameter I holes, over the four catch basins. The traffic rated grates should be more than sufficient. It N must be remembered that the dry well design, with J-pipe, is being utilized to allow periodic cleaning of the chamber above the drywell. How is this to be performed if the perforated 6- hole concrete unit is placed under the traffic grate and on top of the chamber to be cleaned? (Included with the Request for Information, but not included with this Addendum is a copy of the City of Palm Desert, Standard Drywell Detail, Standard Drawing No. 111) k Response: On Sheet 3 of the plans, details are provided for construction of the four dry € wells to be constructed in this project. These dry wells are not standard drywalls that are [f used to accommodate nuisance water, but are to be used as a form of underground stormwater retention for Araby Circle. The dry wells shall be constructed in accordance with the details on Sheet 3, and not any other standard drawing or detail. The dry well consists of a 6 feet deep upper chamber which has a traffic rated grate on top and a 6 inch thick perforated concrete slab on the bottom, which sits directly above the 15 feet deep, 4 feet diameter precast perforated concrete ring dry well. No J-pipe is to be installed in this dry well; stormwater runoff will be directed from the traffic rated grate directly into the dry well chamber via the 5 inch diameter openings in the concrete slab. Question: What are the soil conditions concerning the rocks and boulders between a depth of 10' and the 22' required for the excavation? Response: The City did not perform subsurface soil explorations for this project, therefore, it is unknown if rock and boulders will be encountered during excavation. Question: Are there any utilities in close proximity to the area that is to be excavated? Response: No. All underground utilities are located within the northerly half of Araby I Circle. Posc Office Box 2743 • Palm Springs, California 92263-2743 � i Araby Circle Drainage Improvements City Project 07-16 Addendum No. 1 May 20, 2009 Page 2 II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid j forms. Failure to provide such acknowledgment shall render the bid as non-responsive and i subject to rejection. I Date: May 20, 2009 BY ORDER OF THE CITY OF PALM SPRINGS n I By David J Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 i 9 i I i II i I JIJN-01_200g MON 02:38 PM CITY OF PALM SPRINGS FAX NO. 7603228360 P. 01 FpA�Msn -�' City of Palm Springs A ` y � F � V {n Department of Public Works aad Engineering r `�r .+ 5Y)0 E.llhgiirz Caayan Way • Pnlm Spnng�, CaVorma 92262 C 4.oen.ca P 7cl• (7CU) 72 i-$15j • Pax:(760)322-8560 • Web www.ci.p;�lm-ipnnS;.cs.us IF OR ADDENDUM NO. 2 To all prospective bidders under Specifications for the Araby Circle Drainage Improvements; City Project No. 07-16, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Tuesday, June 2, 2009: 1 The following response to question in a Request for Information received May 28, 2009, shall be documented: Question. Please verify the connection of 18" RCP to the drywells. Is there an 18" tee and 18" cross needed? Not very clear on how to connect the 18" pipe from catch basin to drywells. Response: The Contractor shall construct poured in place junction structure/connection box at both the tee and cross locations on the 18" RCP pipes between the catch basin and the drywells. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 2 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. Date: June 1, 2009 BY ORDER OF THE CITY OF PALM SPRINGS By %`✓�—� David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 1 r • To 211 the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion • Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder r 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 therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding • Schedule(s). • • Dated: �r0 y • r Bidder. l L -fkia, n / '-�(84gnature) • • • Title: Thin c�+ • • • • • • • r • • s • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 . gj27109 BID AGREEMENT BID FORMS-PAGE 3 • • • BID SCHEDULE Schedule of Prices for the Construction of the: ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO. 07-16 • . Item Description Estimated Unit Unit Amount • No. Quantity Price • 1. Initial Mobilization --- LS $ 2. Remove Existing A.G. Pavement 1,400 SF DD CIO3. Remove Existing Roll Curb 230 LF $ t9- eta n . •• 4. Remove Existing P.C.C. Driveway 250 SF 40$ 'j � 5. Construct 2%"A.C. Pavement 1,400 SF $�_ 00 ✓ • 6. arso ° Crushed Misc. Base 1,400 SF $_ $ �' ✓ • • 7. .C.C. Roll Curb 230 LF $ �d $ , Lc� f • 8. " P.G.C. Driveway 250 SF $�_ • urb Inlet Catch Basin with �p • 9' Lession 1 EA10. rywell 4 EA $ $ �yGl ✓ • 11. Install 18" RCP (2000D) Storm Drain 30 LF $ G7fl $ op. • TOTAL OF ALL ITEMS OF THE BID SCHEDULE: �— E $ (Price in figures) • + 1C (' h i Lk-U 4�0-1k -," �:tA )n )ham r& ty- r • (Price in words)AS • QUANTITIES OF WORK: "r • The quantities of work or material slated in the unit price items of the Bid Schedule are supplied only to give an indication . of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price • bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the • right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. • 1 (V • Name of Bidder or Firm • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 BID SCHEDULE 4/27109 BIa FORMS-PAGE 4 • • INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS • • As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which • will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the • words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive • and may cause its rejection. • Contractor's Percent License of Total • Work to be Performed Number Contract Subcontractor's Name&Address • 1• 1 � � � 1 r r �t2. �y r � .L -�` ��-P%j z 2. • y , n • 3_ • 4. • • 5. • • 6. • • 7. • • s' 8. • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS . CITY PROJECT NO.07-16 . 4127/09 L157 OF SUBCONTRACTORS BID FORMS-PAGE 5 • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID • • State of California ) • ) ss. County of 12Ner5;c ) • • • I, Ca. being first duly swom, deposes and says that • he Rr she is of • 0nLy±-faS OML � __ b 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��yrl�t'�yQs ��=��•• �• -�� Title IPT C% i cr2'r. • Organization- • Address I L d n • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO-07-16 NON-COLLUSION AFFIDAVIT • 4/27/09 BID FORMS-PAGE 6 • • ALL-PURPOSE ACKNOWLEDGMENT • State of L. G'�'� Vi✓��P��� ��// • County of 6l2 Y5 �P • On /' /Oi/O before me,/Jr G TrG✓r L /�iS �� z ( /L !� //� • Date NamrrJe,Title of Officer personally appeared ��` � i�7P�✓��S , • 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. • 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 offal seal. • J CMMWNart 11745M • Signature of otary no"ftft-C�MM►tio i • tt�pllrr�Mrl�tasl= ! • • • • 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 E7 r. l s.�7i`t is✓7 Y MUST BE ATTACHED TO THE DOCUMENT Number of Pages y DATE of DOCUMENT CIA�7 DESCRIBED AT RIGHT: • Signer(s)Other Than Named • Above • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 NON-COLLUSION AFFIDAVIT—NOTARY ACKNOWLEDGMENT 4127/09 BID FORMS-PAGE 7 • • • • BIDDER'S GENERAL INFORMATION • The Bidder shall fumish the following information. Failure to complete all Items will cause • the Bid to be non-responsive and may cause its rejection. 1. B DDER/CONTRACTO�S Name and Street AcJ,dress: Zol_ ��, • _ 9 — p� • -- C V • • 2. CONTRACTOR'S Telephone Number: (mac ) 77S` 3 �7 • Facsimile Number. • 3. CONTRACTOR'S License: Primary Classification _ • State License Number(s) • Supplemental License Classifications • • 4. Surety Company and Agent who will provide the required Bonds on this Contract: / • e of��lf �r �v15l r >!. )•S!inj) ;a • Address � - LPG C `. J -I • �9�Company • Telephone Numbers: Agent`�i/�V) % - q�t( urety (c?qq • ��yYY ff • 5. Type of Firm (Individual, Partnership or Corporation): -1— • 6. Corporation organized under the laws of the State of: • • CA— T 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: _ t • • S ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 BIDDER'S GENERAL INFORMATION 4/27109 BID FORMS-PAGE 9 • • • BIDDER'S GENERAL. INFORMATION (Continued) • • 8. Number of years experience as a contractor in this specific type of construction • work: 61 W -_e, • S9. List at least three related projects completed to date: • a. Owner 0 i -� 14 m�ddress • Contact Class of Work • Phone Contract Amount R1 U • Project Date CompletedG� Contact Person 99�� Telephone number • b. Owner d 06Address • Contact Class of Work • Phone Contract Amount • Project Date Completed • Contact Person Telephone number • Owner C. i • � Address • Contact Class of Work • Phone Contract Amount ) �- • Project Date Completed • Contact Person Telephone number • 1 D. List the name and title of the person who will supervise full-time the proposed work • for your firm: kh &, • 11. Is full-time supervisor an employee contract services I? • 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. V • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO,07-16 BIDDER 5 GENERAL INFORMATION 4/27/09 • BID FORMS-PAGE 10 BID BOND KNOW ALL MEN BY THESE PRESENTS, That Contreras Construction Co. as Principal, and Developers Surety and Indemnify Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City"in the sum of: Ten percent of the bid amount (10% ofthe bid) 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 Cily's Contract Documents entitled: ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO, 07-16 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 Band and Payment Band, then this obligation shall be ndll 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 21st day of May 200 9, PRINCIPAL: Contreras Construction Co. Check one: individual,_partnership, A corporation (Corporations require two signatures; one from each of the Following groups: A. Chairman of Board, Presid or any Vice President;ANOBB, Secretary, Assistant Secretary, Treasurer,Assistant Treasurer, or Chi f'l;i ncial Office). SURETY: / G Developers Surety and Indemnity Company signaturd' (NOTARIZED) Fri-It Name and Title: g Y B signature signature (NOTARIZED) (NOTARIZED). �P --fit 1Name and Title: Print Name and Title: Diane M. Nielsen, Attorney 1n Fact ARABY CIRCLE DRAINAGE IMPROVEMENTS BID BOND(Bid SECURITY FORM) CITY PROJECT NO.07-16 81D FORMS-PAGE 8 4127109 State of California SS. County of Riverside On June 01 2009 before me,Ramon Carlos Diaz Notary Public).personally appeared Enrique G. Contreras _ Personally known to me, or ®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 jean weNcM ! t�cai executed the same in his/her/their authorized � aWM�n. � boom&CCU* capacity(ies); and that by his/her/their AMC r�1� signature(s)on the instrument the person(s), or the entity upon behalf which the person(s)acted execu the instrument. WITNESS my hand ocial seal. OPTIONAL Description of Attached Document Title or Type of Document: Bid Bond(CityofQbt of alm Springs) Document Date: 05121109 Number of Pages: 1 Signer or Other than Name Above: Signer is Representing: Contreras Construction Co. Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer-Title(s): Partner-Limited- General Attomey in Fact Trustee Guardian or Conservator Other State of California ) )ss. County of Riverside ) On June 3, 2009 before me, Carrie Rovney, Notaa Public Date Name and Title of Officer personally appeared ---------------Ruben G. Contreras------------------ ------- Name(s) of Siguer(s) who proved to me on the basis of satisfactory evidence to be the persons)whose narne(s)is/arc subscribed to the within instrument and acknowledged to me that he/shchhcp executed the same in his/h:critbeir authorized capacity(ins),and that by his/hn*blerr signatures(s)on the instrument the person(s),or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the.!State of California that the foregoing paragraph is txue and correct. WITNESS my hand and official seal Tn of Not Public CARRIE ROVNEY s Commfsslon#` 1648583 Nolgry public-Cglifpnlla yF' Riverside County Wcomm.Expkgs MOr26,2010 y STATE OF CALIFORNIA } COUNTY OF RIVERSIDE ON s-a 1-02 ,BEFORE ME, LINDA ROCHA, Notary Public PERSONALLY APPEARED: Diane M.Nielsen 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& acknowledged to we that be/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. LINDA ROCHA CommIsslon # 1777932 Notary PubIIC - Calltoinla WITNESS my hand and official seal. Riverside County MyCpnrn.6�YeaNw23,2017 Signature �'-�Lfitda Rocha,Notary ALL PURPOSE ACKNOWLEDGMENT POWER OF ATTORNEY FOR DEVELOPERS SURM AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)2t5 .3300 KNOW ALL MEN BY THESE PRESENTS,that as except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each,hereby make,consttule and appoint ***Ann Willard, Diane M. Nielsen, Van G. Tanner, Paul W. Lewis, Sal C. Sandoval, Mathew S, Costello, jointly or severally*** as their true and lawful Atomey(s)-In-Fact,to make,execute,deliver and acknowiedge for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety• ship giving and granting unto said Attomey(s)•in•Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attorney(s)-In-Fact,pursuant to these presents, are hereby ratified and confirmed This Power of Attorney Is granted and Is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,eNecbve as of January 1st,2008, RESOLVED,that the chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the atomay(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contacts of suretyship:and that the Secretary or any Assistant Secretary of the corporatons be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney: RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and In the future with respect to any bond,undertaking or contact of suretyship to which It is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CAUFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1st,2008. BY -- �,4ei�..ANo", � PANYO Stephen T.Pate Senior Vice President p RpQgq w,.y+,, G QpOq O yr 0 Poesy,, + CJ W[ 10T, .!!I S 2 OCT,5 D By. +o 1936 ,o w 1967 Charles L.Day,Asslstant Secretary //FOP, State of California County of Orange On January 1st,2001 before me, __ Chdstooher J.Roach,Notary Public Date Here Insert Name and Title of the Ofdcsr personally appeared Stephen T Pate and Chades L.Da Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the perwri(s)whose name(s)Islare subscribed to the within instrument and acknowledged to me that helshelihey executed die same in his/her/their authorized Ca.9TCIiFdSTDPHER d Fd Gi capaclry(Ies) and that by hlslher/Nair signature(s)on the instrument the person(s),or the entity upon behalf of OPli 17+45998 which the person(*)acted executed the instrumentNO(ARYPtl6LIC CA IFDRNIA� I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph ts ORANGE CCUNTY true and correct. fib xxhmm a�asNay 18,2011 WITNESS my hand and offial seal. Place Notary Seal Above Signature_ ^— Ch er J.Roach CERTIFICATE The undersigned,as Assistant Secretary of DEVELOPER$SURFTYANO INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA.does hereby comfy that the foregoing Power of Attorney remains in full force and has not been revoked and furthermore,that the provislons of the resolutions of the respective Boards of Directors of said corporations sot forth In the Power of Attorney,are in force aS of the date of this Certificale. ate. This Certificate IS executed in the City e(Imne,California,the 2J sr day of P17LI By Albert Hhllebrand,Assistant Mecretary 10-13a0(Wel)(Rev 07107) STATE OF CALIFORNIA-DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO! California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 420603 San Francisco California 94142 FROM, AWARDING AGENCY EXTRACT OF City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED TO: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO Contreras Construction 857632 4, MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 81-149 Indio Boulevard Indio 6. ZIP CODE 7. TELEPHONE NUMBER 92201 760-347-6070 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) East end of Araby Circle Palm Springs 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 07-16 $ 69,204.00 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 08 1 12 12009 P$E NUMBERS) 08 / 16 12009 f (USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL HOSPITAL,ETC.) 14. Roadway&storm drain/catch basin NEW CONSTRUCTION FX ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) General contractor Surveyor 16. Is language included In the Contract Award to affectuate the provision of section Yes No 1777.5,as required by the Labor Code?....................................--....................... x Is language Included in the Contract Award to effectuate the provisions of Section Yes No 1776,as roqulred by the Labor Code?.................................................................. 17. SIGN A E 118. TITLE 19. DATE Procurement Mgr. 07/20/2009 20. PRINTFDOR'lZ PE DAME 21. TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement&Contracting 760-322-8368 Duplication of this form Is permissible DAS 13(rev.5101) City of Palm Springs, CA Pr jremerl CanlrmUng D.Jsloa Bid Abstract B I D ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Kelly's Underground Int'I Pavement lWay Service Ina KZC Construction IG & M Construction PROJECT NO CP 07-16 Construction Solutions PROJECT NAME: I I Araby Circle Drainage j Improvements I DUE DATE: 06/02109 I Total of all Items $130,854.00 $105,390.00 $94,959.00 $83,000.00 $77,970.00 i I ' I i i I BID TOTAL AMOUNT $130,854.00 $105,390.00 $94,959.00 $83,000.00 $77,970.00 Whitnessed By: Cheryl Martin Date: 06V212009 h BID ABSTRACT Vendor& Bid Amount Vendor& Bid Amount Vendor& Bid Amount Vendor& Bid Amount Vendor& Bid Amount O'Connell Engr. TBU, Inc. J.H. Thompson NPG Corp. Contreras Constr. PROJECT NO CP 07-16 I PROJECT NAME: Araby Circle Drainage Improvements DUE DATE: 06/02/09 Total of all Items $115,900.00 $89,555.00 $104,435.00 $98.910.00 $69,204.00 I I I I I I I I I { I I I BID TOTAL AMOUNT $115,900.00 Z$89,555a..00 $104,435.00 398,910.00 $69,204.00 I Whitnessed By: Cheryl Martin j I ' I Date: 0610212009 BID ABSTRACT Vendor& Bid Amount lVendor&Bid Amount lVendor&Bid Amount Vendor& Bid Amount Vendor&Bid Amount Tri-Star II MCZ Construction II]ateland Constr. Granite Constr. PROJECT NO CP 07-16 Contracting 1 PROJECT NAME: Araby Circle Drainage Improvements DUE DATE: 06/02109 i Total of all Items j $76,435.40 $128,753.00 $72.908.00 $136,660.00 S i BID TOTAL AMOUNT $76,435.00 $128,753.00 $72,908.00 $136,660.00 Whitnessed By: Chery[ Martin Date: 0610212009 F. PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST EINDAPP E: OUNT City Project No: G DATE Dates Published: �L � / E Y ❑N ❑ Bid Date & Time: PROJECT: b % _ SUCCESSFUL: 1. / g, 2. 4 0 7. 3. = �,, B 4• ��, itST%cl f V 9. . ,�nl7. V yln c,Z le-. 5 10. INCOMPLETE Sle (Non-responsrve1l S. WHY: _ CONTRACTOR BACKGROUND CHECK: Required? Y ❑ N (AlAcHitnFowEu) Affidavit of Non-Collusion Signed & Notarized? Y T p Information required of bidder page completed? Y N ❑ Type & Amount of Insurance Required: JF — 4anwpl AMOIMre wxE a[csip) .. _ / -, Contractors License No. Types) `ft status �]yp No. of days to complete work Working Calendar.. Estimated Start D;ate:, Estimated Comp tion Date: IA-�!Qy No..of days in Which to execute contract after Notice of Award (data City clerk transmits contracts for execution): /5 �Q/P� �rjr T Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) "4 Any Addenda? Y N ❑- No. Addenda _ Signed by Contractor? Y EI�N ❑ BONDS: .PERFORMANCE BOND .� � °6 PAYMENT BOND--hD 6 _ % CORRECTION REPAIR BOND_ 96 t BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) •extra . sets Of bid Unsuccessful Bidders: specifications for'contract execution CASHIER's CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N 0 Attached: Y 1-1 - N ❑ Which Conrractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y (ItN .❑ Labor Cade 1777.5 Y ❑ Labor Code 1776 Y N ❑ California Standard Specifications AQ—&EDITION, - Standard Specifications for Public Works Construction EDITION DATE: I Q BY: Y'Z. , DEPT: ° i/J PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: AGR# AMOUNT City Project No: Mo l DATE Dates Published: DIV [NO APP NOTICE Y CIN ❑. Bid Date & Time: PROJECT: ,{, �� *SUCCESSFUL: 11.- _ C2c �15/1S//IfLI/(ZiI�. !J✓IL� 6. ! 2: r 13. g. 1 a: Of�nnP / rh t INOPLETE piar, �IlNvon-respons veil - I WHY: Ilk CONTRACTOR BACKGROUND CHECK: Required? Y O N C1 wrrAcH w-REotlw031 Affidavit of Non-Collusion'Signed & Notarized? Y-❑ N ❑ Information required of bidder page completed? Y ❑ N ❑ Type & Amount of Insurance Required: wn.ca.ra�. .rccseol Contractors License No. Type(s) Status No. of days to complete work Working Calendar Estimated-Start Date: - Estimated Completion Date: No. of days in which to execute contract after Notice of Award (data City Clark,transmits contracts for execution): .Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? ' Y ❑ N ❑ No. Addenda Signed by Contractor) Y ❑N ❑ BONDS: PERFORMANCE BOND- 96 PAYMENT 80ND % CORRECTION REPAIR BOND - % BID BONDS: BLANK BID SPECS. Successful-Bidder: CASHIER'S CHECK? Y ❑ N ❑. DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra 5et5•. Of bid .Unsuccessful Bidders: specifications for contract execution CASHIER'S CHECKS?• Y ❑ N 0 DEPOSITED•IN T & A? Y ❑ N ❑ - -Attached: Y ❑ N ❑ Which ConvaCtor(s): ❑ Provided Previously DO SPECS "& AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y ❑ N ❑ Labor Code 1777.5 Y ❑ N ❑ Labor,Code 1776 Y ❑ N ❑ California Standard Specifications EDITION Standard Specifications for.Public Works Construction - EDITION _ DATE: BY: DEPT: Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page I of 2 Department of Consumer Affairs : ,n Contractors State Lic.en'se 'Board Contractor's License Detail - License # 857632 / � ° • 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(48-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 B8,P 7071 17, only construction related civil judgments reported to the CSLB are disclosed " Arbitrations are not listed unless the contractor Fads to comply with the terms of the arbitration. sr Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number: 857632 Extract Date: 06/11/2009 CONTRERAS CONSTRUCTION CO Business Information: P 0 BOX 1808 INDIO, CA 92202 Business Phone Number, (760) 347-6070 Entity: Corporation Issue Date: 0411 9/2 0 0 5 Expire Date: 04/30/2011 License Status: This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications: A GENERAL ENGINEERING CONTRACTOR C-8 CONCRETE CONTRACTOR'S BOND This license filed Contractor's Bond number 829506C in the amount of$12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY, Effective Date: 01/01/2007 Bonding: Contractor's Bonding HistOr- SOND OF QUALIFYING. INDIVIDUAL 1. The Responsible Managing Officer(RMO) ENRIQUE GALLEGOS CONTRERAS certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 04/19/2006 This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:238-0005230 https://v,ww2.cslb.ca.gov/OnlineServices/CheekLicense/LicenSeD,tail.asp 6/11/2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 2 of 2 Effective Date: 01/01/2008 Workers'Compensation: Expire Date: 01101/2010 Workers' Compensation History Personnel listed on this license(current or disassociated)are listed on other liwnses Conditions of Use I Privacy Policy Copyright©2009 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLirense/LicenseDetail,asp 6/11/2009 • • CITY OF PALM SPRINGS, CALIFORNIA • • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • • SPECIAL PROVISIONS • • FOR CONSTRUCTION OF THE: • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO. 07-16 • • IN THE CITY OF PALM SPRINGS • • • Apri12009 • • • • • F PALM S • 'cc) U cn • m • � * y�R'ORAiEO ��� Cq�iF0?1 • • • • • David J. Barakian, P.E., City Engineer • • Bids Open: June 2, 2009 • Dated: April 27, 2009 • • • i CITY PROJECT NO. 07-'16 • • The Special Provisions contained herein have been • prepared by, or under the direct ! supervision of, the following • Registered Civil Engineer: • • L U yU/ 4� �SLFV�,t� n • M.Cti,Ja .�� Marcus L. Fuller a No.G57271 • Assistant Director of Public Works/ p I�31i Assistant City Engineer Grp CM4 • Civil Engineer C 57271 gTFOFCA��F�� • • • Approved by: • • i David J. Barakian, P.E. ! Director of Public Works/City Engineer • Civil Engineer C 28931 • ! • ! ! ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO,07-16 4/27109 SIGNATURE PAGE • • NOTICE TO BLADDERS, 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 • Non-collusion Affidavit Bidder's General Information • Bid Bond (Bid Security Form) • Agreement and Bonds • Agreement Form • Worker's Compensation Certificate • Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS • Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities • Section 6 - Prosecution, Progress, and Acceptance of the Work • Section 7 - Responsibilities of the Contractor • Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment • Section 10 - Construction Details • • PART III --APPENDICES • APPENDIX "A" • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT N0.07-10 SPECIAL PROVISIONS 4127109 GENERAL CONTENTS-PAGE 1 • • • CITY OF PALM SPRINGS • • • PUBLIC WORKS R ENGINEERING DEPARTMENT • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO. 07-16 • Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) • Bid Schedule • List of Subcontractors • 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 • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 PART 1 CONTENTS • 4/27/09 PACE 1 • • • CITY OF PALM SPRINGS • NOTICE INVITING BIDS • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • City Project 07-16 • • NA NOTICE IS HEREBY GIVEN that sealed bids for the Araby Circle Drainage Improvements, City Project 07-16, will be received by the Procurement and Contracting • Division of the City of Palm Springs, California, until 2:00 P.M- on June 2, 2009, at which time • they will be opened and read aloud. The Engineer's Estimate is $90,000. N-2 DESCRIPTION OF THE WORK: The Work comprises removal of existing roll curb and asphalt concrete pavement, and construction of new roll curb, asphalt concrete pavement, • catch basin, storm drain and drywell system, located at the east end of Araby Circle. • • 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" Contractor license at the time of submitting bids. • • N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of • Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any • subcontractors shall pay not less than said specified rates and shall post a copy of said wage • rates at the project site. N-S RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in • accordance with the provisions of Section 22300 of the Public Contract Code. • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO-07-16• NOTICE INVITING BIDS 4127109 PAGE 1 • r • • • N-9 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 $35.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquit7 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 $15.00 will be charged for sets of documents sent by mail_ • Overnight, Federal Express, or other methods of delivery shall be the responsibility of the • Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence. If you • do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary @ • 760-323-8253 x 8738 or e-mail her at kim.licon@palmsprings-ca.gov. • (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in • submitting a bid, it is imperative that you contact Kim Licon, Engineering Secretary, via e-mail at kim.[icon(EDpalmsorinas-ca.gov or by phone at(760) 323-8253 x 8738 to officially register as • a Bidder for this project with your company name, address, pone, fax, contact person and e- mail address. Failure to officially register may result in not receiving addenda to the Notice . Inviting Bids. Failure to acknowledge addenda to the Notice Inviting Bids may render your • proposal as non-responsive. N-10 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 Division at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the wards "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 AL Date • David J_ Barakian, PE Director of Public Works/ • City Engineer City of Palm Springs • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 NOTICE INVITING BIDS 4/27/09 PAGE 2 • • • • 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 • utilities at or contiguous to the site is based upon information and data furnished to the • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO,07-1a INSTRUCTIONS TO • 4127/09 BIDDERS-PAGE 1 • • • City and the Engineer by the owners of such underground utilities or others, and the City • does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to • prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions • appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or • obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or . otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with • the time, price, and other terms and conditions of the Contract Documents. • (g) Where feasible, upon request in advance, the City will provide each Bidder . access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former • condition upon completion of such exploration- (h) The lands upon which the Work is to be performed, the rights-of-way and • easements for access thereto, and other lands designated for use by the Contractor in ! performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or • permanent changes in existing structures will be obtained and paid for by the City unless • otherwise provided in the Contract Documents- (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article- that without • exception the Bid is premised upon performing the Work required by the Contract • Documents and such means, methods, techniques, sequences, or procedures of ' construction as may be indicated in or required by the Contract Documents; and that the . Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. • 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract • Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance • of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 6 days prior to the date of opening Bids will 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 Inviting Bids. Said check or bond shall be made payable to the City and shall be given as • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07.16 INSTRUCTIONS TO 4127/09 BIDDERS-PAGE 2 • 1 • 1 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. 1 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the • City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been . finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. • Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one . Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the • sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening . of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening • of bids, no matter what the reason. 10, DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and . failure to do so will render the Bid as non-responsive and may cause its rejection. In the 1 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 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 1 prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound • by said correction, subject to the provisions of Section 5100 et seq. of the California . Public Contract Code. 11, QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are . supplied only to give an indication of the general scope of the Work; the City does not • ARABY CIRCLE DRAINAGE IMPROVEMENTS . CITY PROJECT NO.07-16 INSTRUCTIONS TO 4127109 BIDDERS-PAGE 3 • • expressly or by implication agree that the actual amount of work or material will correspond therewith_ • ! (b) In the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract • Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in . Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such • written request must be delivered to the place stipulated in the Notice Inviting Bids prior to • the scheduled closing time for receipt of Bids. • 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without • interlineation, alterations, OF erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. • 15. SUBSTITUTE OR "OR-EQUAL," ITEMS - The procedure for submittal of any • application for a substitute or "or-equal" item by the Contractor and consideration by the . Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. • 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice • Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all • the Bid Items of an individual Bid Schedule. In the event the Work is contained in more . than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such • alternative schedules will be awarded. • . 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall . execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to • any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security_ If the lowest responsive, • responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may A eY CIRCLE ORA NAGE IMPROVEMENTS . CITY PROJECT NO.07-16 INSTRUCTIONS TO 4/27/09 BIDDERS-PAGE 4 • • • 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 • bidders Bid Securities shall be likewise forfeited to the City. • . 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the • Contract, be required to secure the payment of compensation to its employees and • execute the Worker's Compensation Certification_ 19. LOCAL BUSINESS PROMOTION — The contract for this project is subject to the provisions of Palm Springs Ordinance No_ 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local • Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials • and equipment to local business enterprises and to sub-contract services to businesses ! whose work force resides within the Coachella Valley. The prime contractor shall submit . evidence of such,good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposes in local newspapers, ! sending request for proposals to local sub-contractors, or by demonstrating that no local ! sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements • of this subsection. • • END OF INSTRUCTIONS TO BIDDERS - • • • • • • • i • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 INSTRUCTIONS TO ! 4127109 BIDDERS-PAGE 5 • • • BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid • Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. • • . Bid (Proposal) Bid Schedule(s) List of Subcontractors • Non-collusion Affidavit Bid Bond (Bid Security Form) . Bidder's General Information • • Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 4127109 COVER SHEET . BID FORMS-PAGE 1 • • • BID • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • l • 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: M ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 07-16 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 fallowing 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 Cade Section 1860, • et seq., the undersigned confirms the following as its certification: • 1 am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the . Work of this Contract. • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS . CITY PROJECT NO.07-16 BID AGREEMENT 4/27/09 BID FORMS•PAGE 2 • 1 • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion i Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder • further agrees to complete the Work required under the Contract Documents within the Contract • Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). • Dated: 1 • Bidder: • • By: • (Signature) • Title: • • • • • • • • • • • i • i • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-10 BID AGREEMENT • 4/27109 BID FORMS-PAGE 3 • • BID SCHEDULE Schedule of Prices for the Construction-of the: ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 07-16 • . Item Description Estimated Unit Unit Amount No. Quantity Price • • 1. Initial Mobilization --- LS $ 2. Remove Existing A.C. Pavement 1,400 SF $ • 3. Remove Existing Roll Curb 230 LF $ • . 4. Remove Existing P.C.C. Driveway 250 SF $ $ 5. Construct 2%' A.C. Pavement 1,400 SF $ $ • 6. Construct 4" Crushed Misc. Base 1,400 SF $ . 7. Construct P.C.C. Roll Curb 230 LF $ $ 8. Construct 6" P.C.C. Driveway 250 SF $ $ • Construct Curb Inlet Catch Basin with 9' Local Depression 1 EA $ $ 10. Construct Drywell 4 EA • • 11. Install 18" RCP (2000D) Storm Drain 30 LF $ $ • TOTAL OF ALL ITEMS OF THE BID SCHEDULE: • $ (Price in figures) • (Price in words) • QUANTITIES OF WORK: • The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication . of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith.and reserves the right after award to increase or decrease the quantity of any unit price • bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the • right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 BID SCHEDULE; • 4127/00 BID FORMS-PAGE 4 • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and - business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of . the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the • words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. ' Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1 • 2. 3. . 4. 5. . 6- 7. • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 4/27/09 LIST OF SUBCONTRACTORS • BID FORMS-PAGES 1 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) I, being first duly sworn, deposes and says that i 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 r indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or • indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents • thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee • to any corporation, partnership, company, association, organization, bid depository, or to . any member or agent thereof, to effectuate a collusive or sham Bid. Bidder BY Title iOrganization Address . ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 NON-COLLUSION AFFIDAVIT . 4(27/09 BID FORMS-PAGE 6 J = ALL-PURPOSE ACKNOWLEDGMENT • • State of County of On before me, • Date Name,Title of Officer • personally appeared NAME(S)OF SIGNER(S) • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within • instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed • the instrument. • 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 • • • • r • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.67-16 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT • 4/27109 BID FORMS-PAGE 7 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: ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 07-16 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 i Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. - In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. i SIGNED AND SEALED, this day of 1200_. r PRINCIPAL: Check one:—individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, i President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: i signature ` (NOTARIZED) i Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: ARABY CIRCLE DRAINAGE IMPROVEMENTS BID BOND(BID SECURITY FORM) . CITY PROJECT NO.07-16 BID FORMS-PAGE 8 ar2710s i BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number: ( ) - Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification - State License Number(s) = Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address wSurety Company Telephone Numbers: Agent ( ) Surety ( ) 5. Type of Firm (Individual, Partnership or Corporation): r 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: ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 BIDDER'S GENERAL INFORMATION • 4/27/09 BID FORMS-PAGE 9 • 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 r 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. • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 BIDDER'S GENERAL INFORMATION • 4127/09 BID FORMS-PAGE 10 • • • AGREEMENT • • THIS AGREEMENT made this _ day of 200_, 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: • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO. 07-16 • The Work is generally described as follows: • • Removal of existing roll curb and asphalt concrete pavement, and construction of new roll curb, asphalt concrete pavement, catch basin, storm drain and drywell system, located at • the east end of Araby Circle • • 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 $675 for each • calendar day that expires after the time specified in Article 2, herein. In executing the • Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself • aware of the actual loss incurred by the City due to the inability to complete the Work • within the time specified in the Notice to Proceed. • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 AGREEMENT FORM 4j27j09 AGREEMENT AND BONDS-PAGE 1 • i ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of,the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations; 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. ARABY CIRCLE DRAINAGE IMPROVEMENTS AGREEMENT FORM • CITY PROJECT NO,07-10 AGREEMENT AND BONDS-PAGE 2 4l27109 i . • • • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be • executed the day and year first above written. • • ATTEST: APPROVED BY THE CITY COUNCIL: 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 • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.07-16 AGREEMENT AND BONDS-PAGE 3 . 4/27/09 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must i be from the Secretary, Assistant Secretary, Treasurer, Assistant • Treasurer,or Chief Financial Officer. CONTRACTOR: Name: _ Check one:_Individual_Partnership Corporation Address: i 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) i Financial Officer or any Assistant Treasurer) State of ❑ 1 State of ❑ County of ❑ss County of uss On On before me, before me, personally appeared I personally appeared . who proved to me on 1he basis of satisfactory who proved to me on the basis of satisfactory . evidence to be the person(s) whosename(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are 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(a) Ion the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upoin behalf instrument the person(s), or the entity upon 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. i WITNESS my hand and official seal. WITNESS my hand and official Seal. Notary Signature: Notary Signature: • Notary Seal: Notary Seal: . I I ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 AGREEMENT FORM . 4/27/09 AGREEMENT AND BONDS-PAGE 4 i • • • • • • • • • • • • • • WORKER'S COMPENSATION CERTIFICATE • (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) • • • 1 am aware of the provisions of Section 3700 of the California Labor Code, • which require every employer to be insured against liability for workers • compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before • commencing the performance of the Work of this Contract. • Contractor • • By • Title • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO 07-16 WORKER'S COMPENSATION CERTIFICATE 4/27/09 AGREEMENT AND BONDS-PAGE 5 • �I II it • • 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, hereinaftier 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: ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITYi PROJECT NO, 07-16 • • 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 oif 1200. • CONTRACTOR: Check one:—individual, partnership,I_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 SURII • • Signature • (NOTARIZED) . Print Name and Title: • • • By By • signature signature • (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • ARABY CIRCLE DRAINAGE IMPROVEMENTS PERFORMANCE BOND CITY PROJECT NO.07-16 AGREEMENT AND BONDS-PAGE 0 • 4/27109 • • • • • 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: • ARABY CIRCLE DRAINAGE IMPROVEMENTS . CITY PROJECT NO. 07-16 • 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 therefor, shall • have complied with the provisions of said laws, then said surety will pay the same in an amount • not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court_ This Bond shall inure to the • benefit of any and all persons named in Section 3181 of the Civil Code of the State of California • so as to give a right of action to them or their assigns in any suit brought upon this bond. • 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 200 • • • . ARABY CIRCLE DRAINAGE IMPROVEMENTS PAYMENT BOND CITY PROJECT NO.07-16 AGREEMENT AND BONDS-PAGE 7 . 4127/09 • • II • CONTRACTOR: • Check one: individual, partnership,' _corporation • (Corporations require two s_ignatures; ones 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: • I • signature • (NOTARIZED) . Print Name and Title: • I • By By • • signature signature • (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • II _ _ • I • II • it • • _ I • I • II • I� • 'I • 'I • 'I • ARABY CIRCLE DRAINAGE IMPROVEMENTS PAYMENT BOND • CITY PROJECT NO.07-16 AGREEMENT AND BONDS-PAGE 8 4127/09 • • CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENWS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A • B C • TYPE OF WORK FERKORMEO AND LOCATION • • L.,,. TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(zt000) . EACH OCCURRENCE AGGREGATE • COMPREHENSIVE GENERAL • LIABILITY Including' ❑ EXPLOSIONANDCOLLAPSE BODILY INJURY S a El UNDERGROUND DAMAGE PROPERTY DAMAGE S S ❑ PRODVCTEICOMPLETED OPERATIONS or ❑ CONTRACTUAL INSURANCE • ❑ BROAD FORM PROPERTY DAMAGE • ❑ INDEPENDENTCONTRACTORS BODILY INJURY AND PROPCRIY • ❑ PSRSONPI INJURY DAMACECOMSINED R S PERSONALINJURY $ • COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON Including- EACH ACCIDENT • ❑ OWNED q PROPERTY DAMAGE . LJ HIRED or ❑ NONOWNEO BODILY INJURY ❑ MOTORCMRIERACT AND PROPERTY • DAMAGE COMBINED S EXCESS LIABILITY BODILY INJURY . InClpoing' AND PROPL"-RTY DAMAGE COMBINED s . ElLMRLOYER'S LIABILITY WORKER'S COMPENSATION STATUTORY • and EMPLOYER'S LIABILITY • Including: EL $ (EACH ACCIDCNTI ❑ LONG SHOREMENS AND . HAR50R WORKERS • OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS . The undcrdgned Certifies(hat he or she is the rcprscntauvo of the above-named Insurance companies that he or she has the authority to execute and Issue this certificate to Cedifcate Holder and accordingly,does hc,lby 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 hme. Nolwith.fanding any requirement,term or condition of any eom act 0,ether document with rp;pecl to which this certufical,may be • Issued or may poitaln,the Insurance afforded by the policies described heroin is sublcd to at the terms,exclusions,and candiions of such pehmeC Copies of the policies shown will be furnished to the Cortlflcate Holder upon request • This Carl doe;nolamend,extend,or alter the coverage afforded by the pohciac listed . Cancellation Should any of the above described policies be cancelled before the expiration data thereof,the Issuing company will mail 30 daya wntten nonce to the beipw- named cerbAcme holder • . NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY • .nuu.. • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 • 4127/09 CERTIFICATE OF INSURANCE AGREEMENT ANDBONDS-PAGES • • • • • • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II -- SPECIAL PROVISIONS ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 07-16 • • • 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 • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS PART II-SPECIAL PROVISIONS CITY PROJECT No.07-16 GENERAL CONTENTS-PAGE 1 • 4127/00 • • i • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • SPECIAL PROVISIONS • i ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO. 07-16 • SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS • • 1-1 GENERAL • 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance • with the Standard Specifications for Public Works Construction ("Green book"), 2006 • 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 i ("Greenbook") and these Special Provisions, the Special Provisions shall take • precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications, such work i shall conform to the referenced portions of the technical provisions only of said reference • specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works • Construction ("Greenbook"), 2006 Edition, as previously specified in the above • paragraph. 1-2 LEGAL ADDRESS • 1-2.1 Legal Address of the City. - The official address of the City shall be City of • Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. • 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be i the Director of Public Works/City Engineer, City of Palm Springs, Engineering i 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. • ARABY CIRCLE DRAINAGE IMPROVEMENTS TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO-07-16 4/27I09 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • • 1 � 1 � 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. '1- Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: 1 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 I 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 I defined as any day, except as follows: (a) Saturdays, Sundays, and Many designated legal holiday officially observed by i the City of Palm Springs. Designated legal holidays are: . New Year's Day (January 1) Martin Luther King Jr. Day (January 21) Lincoln's Birthday(Febrluary 12) • President's Day(Third Monday in February) Memorial Day (Last Monday in May) Independence Day(July 4) Labor Day(First Monday in September) Veteran's Day(November 11) • Thanksgiving Day (Last Thursday in November) Day after Thanksgiving'1 Day Christmas Eve Day (December 24) Christmas Day (December 25) • (b) Any furlough day ordered by the City Council of the City of Palm Springs, scheduled on alternating Frida'lys_ ARABY CIRCLE DRAINAGE IMPROVEMENTS 1 TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 4/27109 • 11 • • When a designated holiday falls on a Saturday, the Friday before the holiday shall • be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. • (b) Days on which the Contractor is prevented by inclement weather or conditions • resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 . percent of the normal labor and equipment force engaged on such operation or . operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations. • • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS . CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 1-PAGE 3 • 4127109 • • 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. • a 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. • • The work shall be diligently prosecuted to completion before the expiration of: • 20 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. 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 i 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. • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 SCOPE AND CONTROL - WORK • 4�27�09 SPECIAL PROVISIONS-SECTION 2 PAGE 1 • • I . 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below:, 1. Change Orders)or Work Change Directives- - 2- Agreement 3. Addenda 4. Contractors Bid (Bid Forms) • 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders & 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 II � 2-4 SUBSURFACE DATA i Section 2-7 of the Standard Specificiations 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. C:ompleteness'. - 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 ARABY CIRCLE DRAINAGE IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 2-PAGE 2 • 4/27109 . i • of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of . such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense- 2-6 PROTECTION OF SURVEY MONUMENTS • It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes- Removal of such monuments, or displacement • thereof, shall require their resetting per City requirements, including comer record filing, for the existing type of monument in question at the Contractor's expense. Any existing monument shall not be disturbed. The Contractor shall maintain a survey . location check on the monument without cost to the City- The Contractor is advised that . any resetting of monuments will be the responsibility of the Contractor, to be reset by a California licensed Land Surveyor. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be financially responsible for reinstalling the existing monument well, after resetting of the • disturbed monument. 2-7 SURVEYING . The Contractor will be required to have a California licensed surveyor to set all stakes • and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control.of the work contracted for under these specifications. No direct • payment will be made for this labor, materials, or other expenses therewith- The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to . beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, • his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction ARABY CIRCLE DRAINAGE IMPROVEMENTS SCOPE AND CONTROL OF WORK . CITY PROJECT NO-07.16 SPECIAL PROVISIONS-SECTION 2-PAGE 3 . 4/27109 • or staking not in accordance with' the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tiel�out and corner record filing, as required by the . Engineer or his representative. Payment for any and all construction surveying required by this Project, by the Contractor's Surveyor, shall be considered as included in the various bid items of work, . and no additional compensation shall be allowed therefore. 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, (A) 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. 1 All labor, materials, and equipment furnished shall . be subject to the Engineer's inspection. When the Work is substantially co Tpleted, a representative of the Engineer will make the final inspection. 2-10 SITE EXAMINATION 1 � 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 casts 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 a 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. Therefore, the Contractor, by submitting a [aid, hereby . acknowledges that it has investigated the risk arising from such waters, and has ARABY CIRCLE DRAINAGE IMPROVEMENTS SCOPE AND CONTROL OF WORK • CITY PROJECT NO.07-16 1 SPECIAL PROVISIONS-SECTION 2-PAGE 4 4/27/69 I i • • • prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. • • Special Note: The Contractor is advised that this project is located at the south end of • Vella Road, which is subject to flooding during storm events. The Contractor assumes all liability, expenses, and risk associated with construction of this project within an area • subject to flooding, and shall take all pre-cautions necessary to protect the work in the • event flooding is anticipated. 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 - • • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 2-PAGE 5 • 4/27/09 • • • • 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 2006 edition shall be deleted in its entirety and the • following substituted therefor • 3-2PAYMENT • • 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 • Contractors costs and shall constitute the markup for all overhead and profit. • • 1) Labor 24 percent(includes bonding) 2) Materials 15 percent • 3) Equipment rental 15 percent • 4) Other items and expenditures 15 percent . 5) Subcontracts (1st tier only) 5 percent • 6) lower tier subcontractors none • To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. • 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard • Specifications shall be revised to read as follows: • 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid • for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established.- provided, that an • adjustment in the Contract Unit Price may be made for changes which result in • an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a • unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefor by more than 25 percent, • the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor • will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made • as provided in Section 3-3.2 of the Standard Specifications, as amended in these • Special Provisions. ARABY CIRCLE DRAINAGE IMPROVEMENTS - CHANCES• N WORK CITY PROJECT NO-07-16 SPECIAL PROVISIONS-SECTION 3I PAGE 1 • 4127/09 • I. i Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cast, which will be determined as hereinafter provided, of the total I pay quantity of the item. If the costs applicable • to such item of work include fixed costs, such fixed costs shall be deemed to • have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be'excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3 3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineers Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. . 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 175 percent of the Engineer's Estimate therefor, • an adjustment in compensation pursuant to this Section will not be made unless • the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, . payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City, provided however, that in no case shall the payment for such work be less than that which • would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs_ Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed tlo by the Contractor and the City. . The payment for the total pay ',quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineers Estimate of the quantity for such item at the original Contract Unit . Price. . ARABY CIRCLE DRAINAGE IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO.07-16 1 SPECIAL PROVISIONS-SECTION 3-PAGE 2 • 4/27/09 . • • • 3-2.2.1(d) Eliminated Items on Unit Price Contracts. On unit price contracts, • should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such • eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. • • If acceptable material is ordered by the Contractor for the eliminated item prior to • the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the • City and the actual cost of any further handling will be paid for by the City_ If the . material is returnable to the vendor and if the Engineer so directs the Contractor, . the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard Specifications, • as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. • - END OF SECTION - • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CHANGES IN WORK • CITY PROJECT N0,07-16 SPECIAL PROVISIONS-SECTION 3-PAGE 3 . 4/27/09 • • • • • SECTION 4-- CONTROL OF MATERIALS • • 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: • • Whenever any particular material, process, or equipment is indicated by a • patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may • offer any material, process, or equipment considered as equivalent to that • indicated, unless a sole source is specified_ Failure of the Contractor to • submit requests for substitution promptly after bid Opening shall be • deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive • all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the • Engineer, the time for submission of data substantiating a request for substitution of an "or equal' item shall be not more than 20 days after bid • opening. • 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request • approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall include complete calculations, technical specifications, samples, or published • documents relating to the performance and physical characteristics of the proposed • substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications • are for reference only and do not constitute an endorsement of same by the Engineer or • the City. 4.2 MATERIALS • 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2.2 Placing Orders. - The Contractor shall place the 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 - • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CONTROL OF MATERIALS . CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 4-PAGE 1 • 4/27109 • • • • • 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 accordance with the provisions of Section 4215 of the California . Government Code, 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 trunkline 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 agency will 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 Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of • the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances • whenever the presence of such utilities on the site of the construction • project can be inferred from the presence of other visible facilities, such as • buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public • agency from identifying main or trunk lines in the plans and specifications_ • If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and • utility in writing. • • The public utility, where they are the owner, shall have the sole discretion to perform repairs Or relocation work or permit the Contractor to do such • repairs or relocation work at a reasonable price." • Special Note: While the City endeavors to show all known utilities in the plans, the • City's inclusion of this special provision with reference to Government Code Section 4215 is made to advise the Contractor of the fact that not all utilities may be shown in • the plans, and that by this reference included in the specifications, the Contractor assumes responsibility for protecting all known utilities that are shown in the plans OR ARABY CIRCLE DRAINAGE IMPROVEMENTS . CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 5-PAGE UTILITIES . 4/27/00 • i identified by location in the project area by markings provided by Underground Service i Alert prior to construction. The City 'will only compensate the Contractor, as required by i law, for locating utilities that are shown in the plans or identified by location in the project � area by markings provided by Underground Service Alert, and which can not be found • in the general location identified. ,The City will not compensate the Contractor for . locating and protecting utilities shown in the plans OR marked by Underground Service Alert prior to construction. The Contractor is advised to investigate and review all i existing utilities in the project area, and in submitting a Bid, acknowledges its i responsibilities as referenced herein, • (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the endliof Section 5-5 of the Standard Specifications: "If the Contracttor, 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. i 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." • 5-2 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the City. The Contractor shall verify these locations. During construction of the Work, some of the existing utilities may fall within the prism of trenches. If the existing utility does fall within the Contractor's trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of thel utility, precautions to be taken during trench backfill i and compaction, etc_, shall be per the utility owner's requirements. The Contractor shall i contact the utility owner should it anticipate such exposure of any of the existing utilities. + 5-3 UTILITY LOCATION AND PROTECTION i The Contractor shall be responsible for coordinating its work with all utility companies during the Construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other i subsurface structures shall be protected by the Contractor as specified in the Special i Provisions, - END OF SECTION - ARABY CIRCLE DRAINAGE IMPROVEMENTS UTILITIES CITY PROJECT NO.07-10 SPECIAL PROVISIONS-SECTION 5-PAGE 2 4r27109 • • • • • SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK • • 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. • • 6-2 TIMES OF OPERATION 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7:00 a.m. • to 3:30 p.m., Monday through Friday, 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 • George Herrera, Streets Maintenance Supervisor (760) 323-8167 . Dave Barakian, City Engineer (760) 323-8253 VERIZON • Attention: Mr. Bill Morrow (760) 778-3627 • • DESERT WATER AGENCY . Attention: Ms. Debbie Randall (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY • Attention: Mr. Frank Jasso (760) 202-4278 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 • • TIME-WARNER CABLE • Attention: Mr. Dale Scrivner (760) 647-5452 WHITEWATER MUTUAL • ARABY CIRCLE DRAINAGE IMPROVEMENTS PROSECUTION.PROGRESS, • AND ACCEPTANCE OF THE WORK CITY PROJECT NO.07-10 4/27/09 SPECIAL PROVISIONS-SECTIOON 6-PAAGEE 1 1 • • I ! I, • Attention: Mr. Stan Clark (760)325-5880 SPRINT • Attention: Mr. Lynn Durrett (909) 873-8022 • UNDERGROUND SERVICLALERT (800) 227-2600 ! II i • 6-4 EMERGENCY INFORMATION r 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: i - END OF SECTION - • II • I • I ! II • I _ i II • � r I ! �I • li • II • II r II • I • II • I • r I� • III ! ARABY CIRCLE DRAINAGE IMPROVEMt:NTS PROSECUTION,PROGRESS, i CITY PROJECT N0. NAG AND ACCEPTANCE OF THE WORK • 4127109 SPECIAL PROVISIONS-SECTION 6-PAGE 2 • ! • • • i SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR i • • 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be • revised to read as follows: • "The Contractor shall keep itself fully informed of all existing and future • State and Federal laws, and county and municipal ordinances and • regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the • conduct of the Work, and of all such orders and decrees of bodies or • tribunals having any jurisdiction or authority over the same. He or she • shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals • having any or all authority over the Work, and shall indemnify the City and • all officers and employees thereof connected with the Work, including, but i not limited to, the City Engineer, against any claim or liability arising from, • or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or i inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, • order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." • • 7-2 Hours of Labor. -- Eight hours labor constitutes a legal days work. The i 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 i 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. • i 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California • Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. i Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which Copies shall be made available to any interested party on request. The . Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or i portion thereof, for each worker paid less than the prevailing rates as determined by the i Director for such work or craft in which such worker is employed for any public work i done under the Contract by it or by any subcontractor under it. • i ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR i CITY PROJECT NO.07.16 _ SPECIAL PROVISIONS-SECTION 7-PACE 7 • 4/27/09 • I 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works. 7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to . answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneysll shall not thereafter be withheld on account of such Stop Notice. 1 • 7-6 Retainage From Monthly (Payments. - Pursuant to Section 22300 of the California Public Contract Code, the)Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract_ At the request and • expense of the Contractor, securities. equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to Ilthe Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited) to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-7 Contracts For Trenches , Or Excavations; Notice On Discovery Of Hazardous Waste Or Other Unusual Conditions; Investigations; Change Orders; Effect On Contract I � (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 four (4) feet below the surface, shall be subject to the following conditions: the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions. (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City_ All protective measures shall be based upon that determination. 7-8 Resolution of ConstructionI Claims. - As required under Section 20104, et seq., of the California) Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 7-PAGE 2 4127109 • • • • • done by or on behalf of the Contractor pursuant to this Contract, or payment of an • amount which is disputed by the City, shall be processed in accordance with the • provisions of said Section 20104, et seq., relating to informal conferences, non-binding • judicially-supervised mediation, and judicial arbitration. • A single written claim shall be filed under this Article prior to the date of final payment for • all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have • against the Contractor. If the amount of the claim is less than $50,000, the Contractor • shall respond to the request for additional information within 15 days after receipt of the • request. The Contractor shall respond to the request within 30 days of receipt, if the • amount of the claim exceeds $50,000, but is less than $375,000. • Unless further documentation is requested, the City shall respond to the claim within 45 • days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of • the claim is more than $50,000, but less than $375,000, If further documentation is requested, the City shall respond within the same amount of time taken by the • Contractor to respond, or 15 days, whichever is greater, after receipt of the information, • if the claim is less than $60,000. If the claim is more than $50,000, but less than • $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, • whichever is greater. • • If the Contractor disputes the City's response, or the City fails to respond, the Contractor • may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on'the City, within 15 days after the deadline of • the City to respond,'or within 15 days of the City's response, whichever occurs first. The • City shall schedule the meet and confer conference within 30 days of the request • If the meet and confer conference does not produce a satisfactory request, the • Contractor may pursue the remedies authorized by law. • • 7-9 Concrete Forms, Falsework, And Shoring. - The Contractor shall comply fully . with the requirements of Section _1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, • falsework, and shoring, and the inspection of same prior to the placement of concrete. • Where the said Section 1717 requires the services of a civil engineer registered in the • State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the • Contractor shall employ a registered civil engineer for these purposes, and all costs • therefor shall be included in the Bid Item price named in the Contract for completion of • the Work as set forth in the Contract.Documents. • 7-10 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules • and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO.07-16 RESPONSIBILITIES OF THE CONTRACTOR • 4/27/09 SPECIAL PROVISIONS-SECTION 7-PAGE 3 • • I straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1. A certified copy of an employee's payroll record shall be made available for • inspection, or furnished to the employee, or his or her authorized representative on . request. 2. A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body • awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. 3. A certified copy of all payroll records, enumerated herein, shall be made • available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided . pursuant to Section 7.11, paragraph 2, herein, the requesting party shall, prior to being • provided the records, reimburse the costs of preparation by the Contractor, sub- contractors, and the entity through which the request was made. The public shall not be given access to the records at-the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-11, herein, with the entity that requested r the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such amanlner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the Contractor . awarded the Contract or performing the Contract shall not be marked or obliterated. • The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-11, paragraph one, herein, including the street address, city and county, andlshall, within 5 working days, provide a notice of any . change of location and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in • what respects the Contractor must comply with this Section. Should noncompliance still • be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 7-PAGE 4 4/27/09 • I • • • • for each calendar day, or portion thereof, for each worker, until strict compliance is • effectuated. Upon the request of the Division of Apprenticeship Standards or the • Division of Labor Standards Enforcement, these penalties shall be withheld from • progress payments then due. • A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain • the full name, address and social security number of each employee, his or her correct • classification, rate of pay, daily and weekly number of hours worked, itemized • deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen_ The employee's address and social security • number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer • or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The • "Statement of Compliance" shall be on forms furnished by the City, or on any form with • identical wording. The Contractor shall be responsible for the submission of copies of • payrolls from all subcontractors_ • If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all • work performed during the monthly period ending on or before the 1 st of that month, the • City will retain an amount equal to 10 percent of the estimated value of the work • performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit • satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. • 7-11 Insurance Amounts Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract • with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or • services. The types of insurance required and the coverage amounts are specified • below: • A. Minimum Scope of Insurance Required • ' 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and • service provider on City premises. At a minimum this policy shall: • • . be written on a per occurrence basis; and • . include products and completed operations liability, independent contractors liability, broad form contractual liability, and cross liability protection. • • ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 7-PAGE 5 4/27109 • • i i 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy shall: • be written on a per occurrence basis; and • include coverage for Bodilly Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and i • include coverage for owned, non-owned, leased and hired vehicles. . If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement should be made to the City's Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form . available from the City's Risk(Manager_ At a minimum, this policy shall: . • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. B. Minimum Limits of Insurance Coverage Required $1 Million per Occurrence/$2 Million Aggregate Umbrella excess liability may be used to reach the limits stated above. C. General Standards for Insurance Policies All insurance policies shall meet the following standards_ 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. 2. Insurers must have a Best's rating of B+, Class VII, or higher (this rating includes those insurers with a minimum policyholder's surplus of $50 Million to $100 Million)_ Exceptions to the Best's rating may be considered when an insurance carder meets all other standards and can satisfy surplus amounts equivalent to a e 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 • ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.07-16 4l27/09 SPECIAL PROVISIONS-SECTION 7-PAGE 6 • I • • • • • 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 • Srings or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated • on the certificate: • 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as it relates to a specific contract" or "for any and all work • performed with the City" may be included in this statement). • 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or"for any and all work performed with the City" may be included in this statement). See • Example A below. • • As an alternative to the non-contributory endorsement, the City will accept a • waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: • "This insurance company agrees to waive all rights of subrogation against the • City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named • insured for the City.° • • 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mail return receipt requested has been given to the City." Language such as, "endeavor to" mail and "but failure to mail such • notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See . Example B below. • The Workers' Compensation and Employers Liability policies shall contain waiver of • subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers- See Example C below. • In addition to the endorsements listed above, the City of Palm Springs shall be • named the certificate holder on the policy. . All certificates and endorsements are to be received and approved by the City • before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker • or insurance underwriter. Failure to obtain the required documents prior to the • commencement of works hall not waiver the contractors obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance • ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 7-PAGE 7 • 4127109 • i I The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: . • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premimium) and additional insured and/or loss-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 • days from date of approval I � F. Endorsement Language for Insurance Certificates (Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR_IFIEXCESS, SHALL STAND IN AN UNBROKEN . CHAIN OF COVERAGE EXCESS 'OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGEIi. 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. I I (Example B: SHOULD ANY OF THE ABOVE REFERENCED POLICIES BE • CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL FNDFA ino TO MAIL 30 DAYS` WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT Fnn i, oc'r ,nnnu ci iru ninTir� cunt, i IMPOSc NQ QR1.Ir_gPQN-QR I IARII rrl/�F A-K IY KIND UPON THE 11STS RER ITc__AV`bNTa--GR S FEE NT-AT4VE-S. . "The broker/agent can include a qualifier stating "90 days notice for nonpayment of premium."' • Example C: • I � 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 Nprorams and self-insurance programs as verification of insurance ARABY CIRCLE DRAI AG MPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-16 SPECIAL PROVISIONS.SECTION 7-PAGE 8 • 4/27/09 . • • • coverage. These programs are subject to separate approval once the City has • reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements_ The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have • difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will • also provide auto insurance with the $1 million limit (only in conjunction with the purchase of general liability insurance). SPARTA is only available during the time • your company is under contract with the City. • . Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. • • A quote may be obtained by calling 1-800-420-0555 or online at www2$parta.com. • Type of work covered: • A. Personal services contracts; • B. General contractors and their subcontractors (certain specialty trades excluded); • C. Consultants; and D. Providers of goods. • • H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the • City's Risk Manager or designee at City's discretion_ If you do not believe that the insurance requirements apply to you (e.g., you do not have employees and therefore . are not subject to the State workers' compensation insurance requirements; you do • not drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the • type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your • request to the Risk Manager. All requests for waiver or modification will be reviewed and a final determination rendered by the Risk Manager. • • 7-12 PERMITS 7-12.1 Business License, The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in • accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a * Business License from the City of Palm Springs prior to commencement of work. The • Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. • ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE. CTOR CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTIOONr7 PAGES 9 . 4/27/09 • II I 7-12.2 City of Palm Springs Construction Permit. The Contractor shall be required i 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. 7-13 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 7-12 of these Special Provisions. The use of water resulting in mud on public streets will not be pennitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer + necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor's bid. • Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 7-14 Dust Control. - 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. The Contractor shall be responsibllle for maintaining the project site and providing adequate dust control 24 hours a dav, eveUday, through the duration of the • proiect, in conformance with City requirements, Section 10 of the Standard Specifications, and to the satisfaction of the City Engineer. The Contractor shall 0 complete and submit a City of Palm Springs Fugitive Dust (PM-10) Control Plan, for review and approval by the City Engineer, at the Pre-Construction Conference. The 0 dust control sign requirements shall! be waived. a Payment -- Full compensation for providing 24 hour dust control and project maintenance; and for furnishing; erecting, maintaining, and removing the dust control 411 sign shall be considered as included in the contract lump sum price paid for . mobilization, and no additional compensation will be allowed therefore. • - END OF SECTION - ARABY CIRCLE DRAINAGE IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-16 _ SPECIAL PROVISIONS-SECTION 7-PAGE 10 4127/09 . I • • • • • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • • • (BLANK) • • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL • CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 8-PAGE 1 • 4127109 • • • • • SECTION 9 - MEASUREMENT AND PAYMENT • 9-1 GENERAL • 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further r 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 r 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). r • No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefor 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 r liquidated damages_ • Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent r retention will be withheld -from-each. payment. All invoices and detailed pay requests r 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 r for the Contractor's work, together with releases of lien from any subcontractor or material-men. • 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall • be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City Council, or • as prescribed by law, the amount deducted from the final estimate and retained • by the City will be processed for payment to the Contractor, except for such ARABY CIRCLE DRAINAGE IMPROVEMENTS MEASUREMENT AND PAYMENT • CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 9-PAGE 1 4127109 • • amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE . 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that . the actual amount of work or material will correspond therewith, and reserves the right afterthe award of Contract to increase or decrease the quantity of any unit price item of a work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. . 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 20 days following the Notice to Proceed. . Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, . non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work) included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and i equipment, and the furnishing and erecting of plants, temporary buildings, and other • construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractor's plant and equipment required for . the first month's operations. 2. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4, "Sanitation" of the Standard Specifications. � 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required) for the temporary storage of any products, equipment, or , materials that have not yet ;been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the • material manufacturer, and for all security and safety on and about the site of the Work. 4. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety." . 5. Obtaining and paying for all required bonds, insurance, and permits. 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. ARABY CIRCLE DRAINAGE IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 9-PAGE 2 • 4/27/09 . • • • • 7. Having the Contractors superintendent at the job site full-time. • 8. Submitting of the required Construction Schedule, as specified in the • Section 6-1, "Construction Schedule and Commencement of Work" of • the Standard Specifications. In addition to the requirements specified above, all submittals shall conform to the • applicable requirements of Section 2-5.3, "Shop Drawings and Submittals" of the • Standard Specifications. • No payment for any of the listed Initial Mobilization Work items will be made until all of • the listed items have been completed to the satisfaction of the Engineer. • The aforementioned amount will be retained by the City as the agreed, estimated value • of completing all of the mobilization items listed_ Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the • retention of any payment pursuant to the provisions of Public Contract Code 22300. • • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS MEASUREMENT AND PAYMENT • CITY PROJECT NO.07-16 SPECIAL PROVISIONS-SECTION 9-PAGE 3 . 4127/09 • • SECTION 10 - CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 — Description. - The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment, and appurtenant work, all as shown on the plans; and providing qualified supervision and all other items necessary to provide complete and operational improvements to the satisfaction of the Cityof Palm Springs. Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addenda or clarifications shall be i furnished, placed, installed or performed. 10-1.2 -- Record Drawings. - The Contractor shall maintain a complete set of record drawings at the job site. All documents including contract and shop drawings shall be legibly marked showing each actual item of record construction including: 1. Measured depths of elements in relation to fixed datum points. 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. . 4. Field changes of dimensions, locations and/or materials with details as required to . clearly delineate the modifications. 5. Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the . contract drawings. The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optioned items and substitute items, 2. Changes made by addendum or modifications. 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. ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS 4127/09 SECTION 10-PAGE 1 i 10-1.3 — Inspection Of Work and Testing Laboratory. - A. Description_ Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials,. equipment, installations, workmanship, methods and requirements of the contract documents. The Engineer may be represented on the work site by Inspectors and other duly authorized representatives. All submittals and correspondence between the City and the Contractor, related to inspection of the work on this icontract, shall be directed to the Engineer. . B. Testing Laboratory. The Engineer shall be responsible for providing a certified laboratory for the testing of all materials and work on this project (as required). The Contractor shall notify the Engineer no less than two (2) working days in • advance of any required materials testing. 10-2 TRAFFIC CONTROL General Note: The project is located at the east end of Araby Circle. The special provisions outlined below apply to all projects in the City, however, certain provisions may be curtailed or reduced at the discretion of the Engineer due to the location of this project and the lack of any through traffic and few residential properties directly impacted by the project. Access to properties at the end of Araby Circle shall be maintained at all times. 10-2.1 Maintaining Traffic. - Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-1.09. • In addition to the provisions set forth in Section 7-1.09 'Public Safety" whenever work to be performed on the traveled wary (except the work of installing, maintaining, and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed. . 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 ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO,07-16 CONSTRUCTION DETAILS . 4/27/09 SECTION 10-PAGE 2 • • • 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 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 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. • . 10-2.8 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. • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS 4/27109 SECTION 10--PAGE 3 • i i i 10-2.9 Parking and Access. - Acicess 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. 10-2.10 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. 10-2.11 Public Safety During Non-Working Hours. - Notwithstanding 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 farces to perform any functions he may deem necessary to ensure public safety at or in . the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-2.13 Measurement and Payment - Measurement for payment for traffic control will • be based upon the completion of all planning, design, engineering, furnishing, and • construction, and maintenance and, removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions. Payment for traffic control shall bel considered as included in the various bid items of work, and no additional compensation will be allowed therefore. 0 10-3 EARTHWORK r 10-3.1 Clearing and Grubbing --- All clearing and grubbing shall conform to Sections 300-1.1, 300-1.2, 300-1.3, and 300-1.4 of the Standard Specifications. a 10-3.2 Existing Facilllties — It shall be the Contractors responsibility to protect all existing . improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc., that is not identified on the Plans for removal, 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'ithat result from its operations, to the approval of the • Engineer and the subject property owner. Damaged or removed) traffic striping shall be replaced by the Contractor with permanent r striping within 24 hours of damage or removal, or replaced with temporary striping at the . discretion of the Engineer. ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS • 4/27109 SECTION 10-PAGE 4 it • i • • • • Any damaged traffic signal loop detectors at Gene Autry Trail/Vista Chino intersection • shall be replaced by the Contractor as required by Caltrans, at no additional cost to the • City_ • 10-3.3 Rights of Way — The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission • line or cable; any fence; or any other structure, nor shall the Contractor enter upon the • rights-of-way involved until notified by the Engineer that the City has secured authority therefore from the proper party. After authority has been obtained, the Contractor shall • give said party due notice of its intention to begin work, and shall give said party • convenient access and every facility for removing, shoring, supporting, or otherwise • protecting such improvements and for replacing same. • Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or • other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm • drain lines, poles, and overhead power and communication wires and cables encountered • along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with • the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or • cable. The Contractor shall be responsible for and shall repair all damage due to its • 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. • 10-3.4 Unclassified Excavation — Unclassified excavation shall consist of all excavation • unless separately designated. • The text of Subsection 300-2.7 of the "Greenbook" Standard Specifications is hereby • deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, • backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be • considered only for the purpose of backfilling areas to be planted_" Payment for unclassified excavation shall be considered as included in the various bid • items of work, and no additional payment will be allowed therefore. 10-3.5 Unclassified Fill — Unclassified fill shall conform to Section 300-4, "Unclassified Fill" of the "Greenbook° Standard Specifications. However, the top 12 inches of subgrade • and topsoil shall have a minimum relative compaction of 95 percent. Payment for unclassified fill shall be considered as included in the various bid items of work, and no additional payment will be allowed therefore. • • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS 4127109 SECTION 10-PAGE 5 • • I I • I • 10-4 REMOVALS • 10-4.1 Disposal Site •--The Contractor shall specify the route and the disposal site of the r material that is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. • The Contractor shall not stockpile alny removals on any adjacent lots, with or without the r property owners approval. • 10-4.2 Asphalt Concrete Pavement — Asphalt concrete pavement shall be removed by saw-cutting or grinding as shown on,the plans. All edges of removal areas shall be clean • and unbroken, and flush with existing surfaces. All removal areas shall be completely cleared of all objectionable materials. • Payment for asphalt concrete pavement removals shall be made at the unit price bid per . square foot for"Remove Existing A.C. Pavement" and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of asphalt r concrete pavement surfaces and dikes, and no additional compensation will be allowed I. therefore. 10-4.3 Roll Curb — All concrete curb shall be removed such that construction joints to new concrete improvements are clean and straight. • Payment for concrete curb removals shall be made at the unit price bid per linear foot for r "Remove Existing Roll Curb," and shall constitute full compensation for all equipment, r materials, and labor necessary for the removal and disposal of concrete curb, and no additional compensation will be allowed therefore. • 10-4.4 Concrete Pavement — Existing concrete pavement shall be removed at locations S as indicated on the plans, to neatly sawed edges with saw-cuts made to a minimum depth . of one-half the thickness of the concrete_ Concrete pavement to be removed shall be neatly sawed such that construction joints to new concrete improvements are clean and straight. Payment for concrete pavement removals shall be made at the unit price bid per square foot for "Remove Existing P.C.C. Driveway," and shall constitute full compensation for( all equipment, materials, and labor necessary for the removal and disposal of concrete pavement, and no additional compensation will be allowed therefore. . 10-5 SUBGRADE PREPARATION 10-5.1 Subgrade Preparation — Preparation of subgrade shall conform to Section 301- r 1.2 of the "Greenbook" Standard Specifications. The subgrade shall have a minimum thickness of 24 inches, and shall be compacted to a relative compaction of 90 percent in . conformance with Section 301-1.3 of the "Greenbook" Standard Specifications. I • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS r CITY PROJECT NO.07-16 CONSTRUCTION OFTAILS . 4/27/09 SECTION 10-PAGE 6 I • • • • 10-5.2 Grade Tolerance — Immediately prior to placing subsequent layers of material • thereon, the grading plane, at any point, shall not vary more than 0.05 feet above or below the grade established on the Plans_ 10-5.3 Watering — Water for use in subgrade preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits. Water shall be applied to • compact soil, subgrade, base, and surfacing material through the use of a watering truck • which shall spray water uniformly. No chemical additives shall be used during the water • application process. • 10-5.4 Payment — Payment for preparation of subgrade shall be considered as included • in the various bid items of work, and no additional compensation will be made therefore. 10-6 CRUSHED MISCELLANEOUS BASE • 10-6.1- -Material - All base material shall be crushed miscellaneous base that has been imported to the site. Base material shall conform to Section 200-2.4 "Crushed • Miscellaneous Base" of the Standard Specifications. Preparation of base material shall • conform to Section 301-2 of the Standard Specifications. • 10-6.2 Payment - Payment for Crushed Miscellaneous Base shall be made at the unit • price bid per square foot for"Construct 4" Crushed Misc. Base'. Payment shall include . full compensation for construction of crushed miscellaneous base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and • protecting, complete in place, and preparation of subgrade, in accordance with the • Standard Specifications and these special provisions. • 10-7 ASPHALT CONCRETE • 10-7.1 Material -- Asphalt concrete pavement shall conform to Section 39 "Asphalt • Concrete," of the Caltrans Standard Specifications dated May 2006. The amount of • asphalt binder to be mixed with the aggregate shall be proposed by the Contractor for • approval by the Engineer. The Contractor shall submit its mix designs for the asphalt concrete pavement specified herein, for review and approval by the Engineer, a minimum • of ten (10) working days -prior to construction of asphalt concrete pavement. The • Contractor shall be responsible for providing the Engineer with all required technical and . material specifications necessary to review the Contractor's proposed mix designs. Modification of the amount of asphalt binder shall be made to the Contractor's mix • designs as may be required by the Engineer. Commencement of construction of asphalt • concrete pavement shall not occur until the Contractor has received the Engineer's • approval of proposed mix designs. • Asphalt concrete pavement with a uniform thickness of 2%2 inches shall be laid in one layer consisting of Type B, '/2 inch Maximum, Medium, gradation. The Contractor shall • spread and compact the asphalt concrete pavement in accordance with Section 39-6, • "Spreading and Compacting," of the Caltrans Standard Specifications. This mixture of asphalt concrete shall be placed on a prepared base course. • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS CITY PROJECT NO.07-16 CONSTRUCTION DETAILS • 4/27/09 SECTION 10-PAGE 7 • • i � i Asphalt binder used in the asphalt concrete pavement shall comply with specifications for r Performance Graded (PG) 70-101 asphalt binder, in accordance with Section 92 "Asphalts," of the Caltrans Standard Specifications. • 10-7.2 Aggregate Sampling and Mix Design — Laboratory tests shall be performed at the expense of the City, when required by the Engineer, to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. Sampling of asphalt concrete pavement delivered to the site and placed on a prepared base course shall be performed by the Engineer to ensure the type of asphalt concrete pavement laid conforms to these Special Provisions, and to the proposed mix designs approved by the Engineer. 10-7.3 Tack Coat— Tack coat shall 11be an SS-1 h emulsified asphalt and shall be applied to all clean, existing asphalt concrete pavement, and to all Portland cement concrete surfaces adjacent to new asphalt concrete paving prior to installation of asphalt concrete pavement. The cost of tack coat shall be included in the price for asphalt concrete pavement, and no additional payment will be made therefore. . 10-7.4 Measurement and Payment — Payment for asphalt concrete pavement shall be � made at the unit price bid per square foot for"Construct 21/2" A.C. Pavement," as shown on the Plans, as specified in the Caltrans Standard Specifications, and in these Special , Provisions and as directed by the Engineer. • Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of • subgrade, tack coat and grading for miscellaneous asphalt concrete in accordance with the standard specifications and these special provisions. No separate payment will be made for asphalt or aggregate used 1 in the asphalt concrete, and all costs therefore shall be included in the unit price bid for asphalt concrete. 10-8 PORTLAND CEMENT CONCRETE a 10-8.1 _ Material — Portland cement concrete of the class and type shown on City Standard-Drawings shall be used to ',construct new pavement, curb, gutter, access ramps, . and sidewalk. Where class and type are not specified in the standard drawings or plans, • Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction, in accordance with Section 201 of the ";Greenbook" Standard Specifications. 10-8.2 Curbs — Construction of Roll'1 Curb, and Curb Transitions shall conform to the City • of Palm Springs Standard Drawing No. 202 and 209 respectively. Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction. Curb shall be constructed to the- dimensions as specified in the City's Standard Drawings, but application details and other specifications not explicitly shown or stated in the City's . Standard Drawings, shall conform, to Section 303-5 of the "Greenbook" Standard Specifications- Existing asphalt Concrete adjacent to proposed curb shall be saw-cut and ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS 4/27/09 1 SECTION 10-PACE 8 • I • • • • removed prior to placement of concrete (where required). Use of the existing edge of • pavement as a form for new concrete improvements will not be allowed. • Payment— Payment for curbs and curb transitions shall be made at the unit price bid per • linear foot for"Construct Roll Curb," and shall include full compensation for construction of roll curb or curb transitions including preparation of subgrade, all material, labor, plant, • equipment, furnishing all transportation, and protection from vandalism, complete in place, in accordance with the Standard Specifications and these Special Provisions_ 10-8.3 Driveway— Construction of 6" concrete driveway with a light broom finish shall be constructed to match existing driveways and as shown on the Plans; application details • and other specifications not explicitly stated or shown in the City's Standard Drawing shall . conform to Section 303-5 of the "Greenbook" Standard Specifications. Portland cement • concrete material shall be Parkland Cement Concrete of type 560-C-3250 (6 Sack). • Payment — Payment for concrete driveway shall be made at the unit price bid per square foot for"Construct 6" P.C.C. Driveway," and shall include full compensation for . construction of driveways, preparation of subgrade, all material, labor, plant, equipment, • furnishing all transportation, and protection from vandalism, complete in place, in accordance with the Standard Specifications and these Special Provisions. • • 10-8.4 Vandalism —The Contractor is responsible for protecting all new Portland cement . concrete construction from vandalism. All construction of Portland cement concrete shall be conducted under direct supervision of the Contractor's staff, and shall be monitored • until the work has adequately cured and is not susceptible to damage from vandalism. Any vandalism-identified-on new concrete construction shall be removed and replaced by • the Contractor, as required and directed by the Engineer, at no additional cost to the City. 10-9 REINFORCED CONCRETE STRUCTURES • 10-9.1 Description — This section includes specifications regarding reinforcing steel and the various classes of Portland cement concrete to be used for storm drain . improvements. • 10-9.2 General Requirements — Concrete for all purposes shall be composed of Portland cement, aggregates and water of the quantities and qualities herein specified and in the required proportions. The ingredients are to be well mixed and brought to the proper consistency and to have a compressive strength at the age of 28 days of not less than the amount shown in the flowing tabulation for each type of work listed: • • CONCRETE MINIMUM SACKS TYPE OF WORK POUNDS PER CLASS CEMENT/C.Y. SQUARE INCH A 6 Catch Basins 3,250 • 10-9.3 Material and Methods —All concrete materials, methods, forms and proportioning • shall conform to Sections 51 and 90 of the Caltrans Standard Specifications, dated May 2006. Combined aggregate grading for all concrete shall be in conformance with Section • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY Y PROJECT NO.07-1a CONSTRUCTION DETAILS SECTION 10—PAGE 9 • • i i 90-3.04 of the Caltrans Standard Specifications and the following tabulation for each type of work listed: TYPE OF WORK COMBINED AGGREGATE GRADING Catch Basins and Drywells 1-inch Maximum • Fly Ash may be substituted for cement, up to a maximum of 15 percent by weight for all concrete. Fly Ash shall meet the standards of ASTM Designation: C-618. When Fly Ash � is used, water reducing agents meeting,ASTM Designation: C-494 will be permitted in • amounts recommended by the supplier and approved by the Engineer. . No other admixture shall be used inlany class of concrete without written permission from the Engineer. Supplementing Section 90-1.01 of the Caltrans Standard Specifications, prior to placement of any concrete the Contractor shall submit mix design, for all types of concrete to be placed, to the Engineer for approval. Supplementing Section 90-6.03 of the Caltrans Standard Specifications, concrete delivered to the job site shall be . accompanied by a ticket containing the weight of each of the individual ingredients in the • mix. 10-9.4 General Reinforcing Steel Requirements — Reinforcing steel shall be Grade 60 � Billet-Steel. The reinforcing steel for use in structures constructed from State of i California, Department of Transportation Standard Plans shall be of Grade 60 or as called for on those plans- Cleaning, bending, placing and spacing of reinforcement shall conform to the applicable provisions of Section 52 of the State Standard Specifications and to the drawings. The Contractor shall furnish a "Certificate of Compliance" with.the • Specification of ASTM Designation A-615. All splices shall conform to the requirements • of A.C.I. Manual, Standard 318-02. Splices requested by the Contractor for his convenience shall be subject to approval by the Engineer. 10-9.5 Consistency -- The consistency of the concrete shall be such as to allow it to be worked into place without segregation. Unless otherwise specified, the slump shall be 3- inches plus or minus 1-inch for all concrete. The slump test shall be performed in accordance with the requirements of ASTM . Designation: C-143- Slumps greater than those specified may be cause for rejection of . the concrete by the Engineer- 10-9.6 Placing —Supplementing Section 51 1.09 of the Caltrans Standard Specifications; concrete shall not be placed except in the presence of the Engineer. The Contractor shall . give reasonable notice to the Engineer each time he intends to place concrete. Such notice shall be far enough in advance to give the Engineer adequate time to inspect the subgrade, forms, steel reinforcement and other preparations for compliance with the specifications before concrete is delivered for placing. ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS CITY PROJECT NO,07-16 CONSTRUCTION DETAILS . 4/27/09 SECTION 10-PAGE 10 i • • • Formed concrete shall be placed in horizontal layers in lefts of not more than 20-inches. • Hoppers and chutes, pipes and "elephant trunks" shall be used as necessary to prevent • segregation of concrete. 10-9.7 Form Removal And Finish — Forms shall be removed only when the Engineer has given his approval. Forms shall be removed in such a way as to prevent damage to • the concrete. Supports shall be removed in a manner that will permit the concrete to take stresses die to its own weight uniformly_ Forms shall not be removed sooner than the following minimum time or strength after the • concrete is placed. These times represent cumulative number of days and fractions of days, not necessarily consecutive, during which the temperature of the air adjacent to the concrete is above 50 degrees Fahrenheit_ If the temperature falls below 50 degrees • Fahrenheit at any time after the concrete is placed in the forms, the Engineer will advise the Contractor of additional time required before forms can be removed. • • ELEMENT TIME or STRENGTH • Catch Basins and Drywells 16—24 hours • The finish on all exposed formed surfaces shall conform to Section 51-1.18B Class 1 • Surface Finish of the State Standard Specifications. The exposed concrete surfaces • shall be broomed in a transverse direction with a fine textured hair push broom to produce a uniform surface and eliminate float marks. Brooming shall be done when the surface is • sufficiently set to prevent deep scarring. If directed by the Engineer, a fine spray of water • shall be applied to the surface immediately in advance of brooming. Exposed corners of all concrete structures shall be finished with a 3/4-inch chamfer. • Concrete flatwork shall match adjacent surfaces. The concrete shall be struck off and • tamped or vibrated until a layer of mortar has been brought to the surface. The top • surface and face of curbs, gutters, catch basins and sidewalks shall be finished to match • adjacent surfaces. • 10-9.8 Curing — All concrete shall be prevented from drying for a curing period of at least seven (7) days after it is placed. Surfaces exposed to air during the curing process shall • be kept continuously moist for the entire period or until curing compound is applied_ • Formed surfaces shall be thoroughly wetted immediately after forms are removed and shall be kept wet until patching and repairs and completed. Water or covering shall be • applied in such a way that the concrete surface is not eroded or otherwise damaged. . Water for curing shall be clean and free from any substances that will cause discoloration of the concrete. • Concrete may be coated with curing compounded in lieu of the continued application of . moisture. The curing compound shall comply with the requirements of Section 90-7.01 B of the State Standard Specifications, The curing compound shall be No. 5 White • Pigmented Curing Compound conforming of the requirements of ASTM Designation: C- • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS 4/27/09 SECTION 10-PACE 11 • • 309, Type 2, Class t3 for all concrete surfaces other than for flatwork which shall be coated with a clear or translucent curing compound containing a red fugitive dye. • • The Curing compound shall be sprayed on the moist concrete surfaces as soon as free water has disappeared, but shall not be applied to any surface until patching, repairs and • finishing of that surface are completed. The curing compound shall be thoroughly mixed immediately before applying, and shall be applied at a uniform rate of not less than one • gallon per 150 square feet of surface. No separate payment will be made for the curing • compound or its application. • 10-9.9 Catch Basins with Local Depressions - The Contractor shall construct catch • basins with local depressions, at the locations and dimensions shown in the plans, in conformance with City of Palm Springs Standard Drawing No. 700. • Measurement and Payment - Payment for catch basins, including local depressions, • shall be made at the unit price bid per each catch basin for "Construct. Curb Inlet • Catch Basin with Local Depression," and shall include full compensation for construction of the catch basins, including local depressions, complete and in place, • including excavation and backFill, furnishing and fabricating reinforcing steel, disposal of • waste, connection to pipes, and all appurtenant materials specified in the referenced . standard drawings; and no additional Compensation will be allowed therefore. . 10-9.10 Drywells - The Contractor shall construct drywells, at the locations and . dimensions shown in the plans, in conformance with details provided in the project drawings. Measurement and Payment - Payment for drywells shall be made at the unit price bid per each drywell for "Construct Drywell," and shall include full compensation for construction of the drywell, complete and in place, including excavation and backfill, • furnishing and fabricating reinforcing steel, disposal of waste, connection to pipes, and all appurtenant materials specified in the project drawings; and no additional compensation • will be allowed therefore. 10-10 REINFORCED CONCRETE PIPE • 10-10.1 Description — This section) covers the contract item Reinforced Concrete Pipe, as required for the work. Pipe materials, manufacture and quality, shall conform to ASTM Designation: C-76 and C-655. The Engineer shall be furnished a "Certificate of Compliance" signed by the manufacturer of the pipe certifying that the pipe conforms to the ASTM requirements. All pipe and pipe material supplied by the Contractor shall be • new. . Pipe shall be laid in a trench free of ponded water in conformance with Section 306-1.2.2, • with joints in conformance with Section 306-1.2.4 of the Standard Specifications. Pipe ends shall be cleaned and moistened prior to making up joint. • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CnY PROJECT NO.07-16 CONSTRUCTION DETAILS • 4/27109 SECTION 10--PAGE 12 • • 10-10.2 Reinforced Concrete Pipe — The contract items for Reinforced Concrete Pipe include the furnishing and installing of the pipe as specified, including excavation, • dewatering, placement of bedding, backfill, trench safety system, compaction (preparation of subgrade), pipe jointing, and connection to structures. • . 10-10-3 Measurement and Payment — Measurement of reinforced concrete pipe shall . be per linear foot of reinforced concrete pipe constructed. Payment for reinforced concrete pipe shall be made at the unit price bid per linear foot for "Install 18" RCP • (2000D) Storm Drain, and shall constitute full compensation for construction of • reinforced concrete pipe, and all earth and trench work including excavation, dewatering, • forming, placing of concrete, providing and placing reinforcing steel, placing bedding and backfill to the paylines indicated, compaction efforts, pipe jointing, connection to • structures, and joining existing storm drain pipe. • • END OF SECTION — • • • • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS SPECIAL PROVISIONS • CITY PROJECT NO.07-16 CONSTRUCTION DETAILS 4/27109 SECTION 10-PAGE 13 • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • • PART III - APPENDIX • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 07-16 • City of Palm Springs Standard Drawings • • • • • • • • • • • • • • • • • • • • • • • • ARABY CIRCLE DRAINAGE IMPROVEMENTS • CITY PROJECT NO.07-16 CONTENTS 4/27109 PART III • • • • • • N0. REVISIONS APPROVED DATE • • • . 1'-7 • • • • • it ry • J o I • N �P 1 N • ROAD WIDTH TO THIS POINT I R=1' . z I • TOP OF CURB R=1" • p j7 W • i a 4 6 • � a � e e e o 1 � • G 4 .d a e n a d • 2,_4. • • PORTLAND CEMENT CONCRETE I . NOTES: . 1. MINIMUM PERM1551BLE GRADE IS 0.5OX UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CITY ENGINEER PRIOR TO DESIGN • 2. THE CURB'S VOLUME IS = 1.42 CF.AF.; 1 CU.YD. = 19 LF. • 3. SEE C.P.S. STD. OWG, NO, 110 FOR PAVEMENT STRUCTURAL SECTION_ 4. PORTLAND CEMENT CONCRETE SHALL BE 560—C-3250 CONCRETE (6 SACK) MIN. IN ACCORDANCE BATH STANDARD SPECIFICATIONS FOR PUBLIC WORK5 CONSTRUCTION, . LATEST EDITION. • CITY OF PALM SPRINGS APPROVED: ^ DATC SY PUBLIC WORKS & ENGINEERING DEPARTMENT Ol 2 931. • CITY ENGINEER' R.C.E. • ROLLED CURB RB DRAWN BY' C.F.F. FILE N0. STANDARDS . CHECKED BY; M.L.F. DWG, No. 202 • • • • NO, REVISIONS APPROVE[) DATE • . M H FRAME & COVER - ALHAMBRA CURB HICHT 4• a" FOUNDRY A-1530 PARKWAY TYPE NOTES: • SEE DETAIL NO-1 2% SLOPE 1. FACE PLATE5/16" LHAM z 10"FOUNDRY NO. FORMED • AS SHOWN (ALHEDDED FOUNDRY NO. A-3911 x222 e^ �3 sots OR EQUAL), EMBEDDED 6" INTO CONCRETE AT • 4 T'x• - EACH END OF THE CATCH BASIN. 1 2, FACC PLATE ANCHORAGE 1/2` STEEL ANCHOR SIM Nam 1 I 42" O.C. MAMMUM, PLACED AS SHOWN- SEE NOTE 3� 3. THE 1" PROTECTION BAR SHALL BE EMBEDDED . 3/4-GALV, 6• INTO THE CONCRETE AT EACH END OF THE STm sTer 3 k CATCH BASIN. . #3-12" SEE Nam 4 4. SUPPORT DOLT 1" DIA. X 22" LONG WITH SQUARE Ar 4„ iz'O.C. HEAD AND HEX NUT, BENT AS SHOWN. SPACING • y SHALL NOT EKCECO 4 FEET. e ''7}�' 5. ALL EXPOSED METAL PARTS SHALL BE GALVANIZED • i I TR 6. "H° DIMENSION 5'-G' OR OVER SHALL REQUIRE 6 PE To auTLET SUBMISSION OF INONIDUAL ENGINEERING • IN ALL Dl TbNi CALCULATTONS BY A REGISTERED ENGINEER. 7. P.C. CONCRETE SHALL BE CLASS 550-C-525D • 1 r IN ACCORDANCE WTH THE STANDARD SPECIFI- CATTONS FOR PUBLIC WORKS CONSTRUCTICN. • 12L— I BACK OF CU_R_B --- 2d CURB FACE • _ CORED CURB HIGHT + 4' 5 1-T 4,_2• T-V B SEE NOTE 2 A. 2._7. • SECTION A-A 3 BARS 5 5 t6" SEE NOTE 1 d S I " r z • F 41/2 i 1 T ER a4' � • SUPPORT BOLT SCHEDULE PROTECTION BAR SEE NOTE 3 'ry• • � ' � 2 - REQUIRED AT• 1/ PTS WHEN W=12' 1 a" STIRRUP 3••R 1 - REQUIRED AT 1/22 PTS WHEN W=Y T 4 "_ •r • 1 - REWIRED AT 1/2 PT5 WHEN W=4' 1% 22 SUPPORT BOLT 3••� DULE SEE SC NOTE 4 AND BOLT HE #3�72" O.0 2" • W a 6" DETAIL NO.1 • 6" 6"M122 fi" 6" A M3 BARS-12" O.C. EACH WAY —I—_ I— IIH � r, -H4 —I —I- - r - - 7 — � • ;-r-�TTr, �1Tr-T`-r; b I i �- __r __� - • TT rf , ql IT -1-1 I-' I _ -IL- -- A- - --I-- -14 • - ;r t- -rl�,1 22" t It -r -1; • JJ11J _1-; I . 1 h 1 1 ; I • E1= F :R7Ej -- EBFF �] =1]= I ; I ! I I ; I - ;I- riltt� - - rti t - -1-4 - • � Y �i �— I- - L — �- - -I- - 1 xx• !�f3 BAR5 TO W/2R4� 6"I— W/2 A 6 • STEEL PLANS BOTTOM • CITY OF PALM SPRINGS APPROVED • PUEUC WORKS do ENGINEERING DEPARTMENT - DATE 2893i CITY ENGINEER~ • CURD INLET CATCH BASIN DRAWN BY: GFF, FILE NO, STANDARDS • TYPE 5 1A14 CHECKED BY: M.LF DWG. NC. 700 • •