Loading...
HomeMy WebLinkAbout05791 - S J GRIGOLLA CONSTRUCTION CO INC V CITY OF PALM SPRINGS CALB;OkN1A P.U.Box 2743.Palm Springs,California 92263,(760)323-8253 Depurhneat of Public Works and Engineering NOTICE OF ACTfON , 1 2 1'�2 FOR: N PUBLIC, AND/OR ❑PRIVATE IMPROVEMENTS _ TO: S.J.Grigolin Corst,Co.Tnc, ACCEPTANCE DATE: June 10,2009 2639 Sierra Way PROJECT: CPN08-13 I,a Verne,Ca 91750 2008/2009 SB 821 Project AGEEEMUNT NO. 5791 MINUTE ORDER NO. This is to inform you that a Notice of Completion has been filed and recoMed on the above-named project. PUBLl4'IMPROVF.MFNTS PRIVATE IMPROYj'U[NTS. Sidewalks i i S.F. Curbing.,. L.F. Barrier Curbs—. 222 L.F. Slrcct Paving., S.P. Driveways Approaches 1.76,Q S.F. Sidewalks_-,._ .�S.F. Street Paving 2,572 S.F. Driveway Approaches .,,_, ^S.F. Curb Ramps _ �_ 14 FA. Bike Paths S.F. Remove Existing,AC f 3.996 EA, Sewer Mains..- L.F. Survey Monuments _„- LI. Sewer T.aterals 11F. Storm Drains EA. Sewer Manholes_.... EA. Renme Existing P,C.C-------------(i00 S.F. Storm Drains —l..F. Adjust water meters __2ZEA. Survey Monuments FA. Interconnect&Signal Modification, LS. -- LS. Locatim,_ RaMU Rd.Cable Ajp.to Greafall Rd. _ C.P.S.Dpwing NO(s)-.,., Permit No._43,)14t5 ' .... - Contractor(s)nelualty doing the work S.d.Gtleolla CoueL.Go.lac. ... Notify your bonding company/baak to release the following bonds: No. 1050272$,4 in the amount Of$ 9,1`0.0U. Performance SS I.G-9-D 1 r> No. 01 5027254_ in the amourd of$79.120.00 Puymrnl-0-1--'P- - O Nu. in the amount of$ Momimems No. is the amount of$ _ Maintenance Security No.� ,,._ in the amount of$ __ _._Cotroction&Repair Constmx,tion bond in tho amount of$ .. for.,... Engineer: CITY LrNGINFFR _ Bond Co./Bank:Travelc.0 Casualty and$urety -of America,,... Comments:FINAL f:$)NTRACT AMC}SrNT:$93.628.W Submitted by: _ D;ded:3-�v io anion Pnbl'-Works Tnapector ' Approved by: ... DateJ:4..,— Director ofP fic Works/City Engineer Distribution:Original to Engumeri ng Project bile;Copies to Addressee,Cily Clark,Engineering NOA Finder, Street Maintenance Manager,Economic Development,Building,F:.ciirtics des N9,0910 CITY OF PALM SPRINGS CALIFORNIA P.O.Box 2743,Palm Springs,California 92263,(760)323-8253 1 !" Department of Public Works and Engineering NOTICE OF ACTION FOR: rPUBL1C AND/OR ❑PRTVATFIMPROVEMEN'L'S TO: S.J.Grigolla Const. Co.Inc. ACCEPTANCE DA'fP:: .Tune 10,2009 2639 Sierra Way PROJECT; CP#08-12 La Verne,Ca 91750 2008/2009 SB 821 Project _ AGRF.F.MENT NO. 5791 MINTJTE ORDER NO. This is to inform you that a Notice of Completion has been tiled and recorded on the above-named project. YUBLI(,',.J.,MI'ILOVF.MRNT4 PRIVATE LMPP.I ,t;1V tT Sidcwtdks. 4,510 S.F. Curbing_,,,.__ L.F. Barrier Curbs__ 507 L.F. Street Paving__._ S.F. )Driveways Approaches 210 S.F. Sidewalks _.. S.F. Strcct Pavin, _ S.F. Driveway Approauhcs ^ S.F. Curb Ramps 1 EA. Bike Paths __„ ST, Sewer Manholes EA. Sewer Mains L.F. Survey Monuments _ I-F. Sewer Laterals _ „,.._...._. L.F. Storm Drains EA, Sewer Manholes EA. Remove Existing Y.C.C., 480 S.F. Stone Drains,_ L.11. Adjust water meters 8 EA, Survey Monuments EA. Interconnect&Signal Modi Ocation L.S. L.S. _._.._........ Location; Farrglj_T)r.from Alejo Rd to Amado Rd. C.P.S.Drawing No(s). Pennit No. 43114-557 Contractor(s)actually doing the work S,J.Grigolla Const.Co.lnc. Notify your bonding company/bank to release the following bonds: No. 105027294 in the amount of $119,715.00 _ Performanee68-IQ-201 t'1 No,_1451J27294 in the atrount of $ 119,715.00 Payment 09 -a 1_-,9.odt► in the amount of $ Monuments No._ in the amount of S Maintenance Security No. in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer:. CITY ENGINEER Bond Co./Bank: 'Travelers Casually find iarety of Americfl .. Commune: FINAL CONTRACTAIV,�O11N`P: Submitted by: K 14 Dated; Senior Public Works Inspector Approved by: .� ..:�- rL� Dated: f �2 Director of Public WorkslCity Engineer Distribution: Original to Engineering Project file; Copies to Addressee,City Clerk, Engineering,NOA Bin& Street Maintenance Manager,Economic Development,Building,Facilities InSjex No.09( DOCUMENT TRACKING Page:1 Report: One Document Detail ` \ \ September 1,2009 o Condition: Document Number a579t, �• o 0 Document# Description Approval Date Expiration Date Closed Date A5791 FY 2008-09 56821 Projects CP 08.12&08.13 0211812009 Company Name: S J Grigolla Construction Co., Inc. Address: Steven Grigolla,President, 2639 Sierra Hwy,La Verne,CA 91750 Contact: Mr.Grigolla Group: ENGINEERING Contract Amt. Total Paid Balance Service: In Process $138,868.00 $138,868 00 xRef: MARCUS FULLER,(760)323.8160 Ins,Status: A policy has Expired Document Tracking Items_ Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid Win Council approved Item 2L 0211812009 $119,715,00 Track Notes: 21.AWARD CONTRACT FOR THE 2008-09 SB821 PROJECTS(CITY PROJECT NO.08.12 AND CITY PROJECT NO. 08-13). ACTION: 1)Determine the low bid submitted by Hondo Engineering,Inc,as non-responsive;2)Approve an Agreement with S.J Grigolla Construction Co., Inc.,in the amount of$119,715,for Bid Schedules A and B,for the 2008.09 SB821 Projects;and 3)Authorize the City Manager to execute the Agreement.A5791 Approved as part of the Consent Calendar. kdh recv'd-ins issues-to C Martin 03/1712009 Win to CA to review ins 03/20/2009 kdh to CM for sig 03/23/2009 kdh distrib to Cheryl M IN FILE 03126/2009 kdh CO (under$25k) CP08.13 07/30/2009 $15,866.00 kdh CO 2(under$25k) CP 08-13 0713012009 $2,720.00 kdh returned to Came—math errors ???? 0712212009 kdh 001 (under$25k) CP08.12 0713012009 $1,925.00 kdh CO 2(under$25k) CP 08.12 0713012009 $-1,358.00 kdh sent all 4 COs to CM for sig 0713012009 kdh distrib all 4 COs to Carrie R 08106/2009 08/0612009 kdh NOCs(one for ea project)to recorder's office via 0810612009 Felipe kdh CP 08.12 NOC 2009-0431412 08/19/2009 DOCUMENT TRACKING Page:2 Repoft: One Document Detail September 1,2009 Condition: Document Numbera5791, kdh CP 08.13 NOC 2009-0431413 08/1912009 *"***FNDOFRFPORT****** DOC # 2009-0431412 08/19/2009 08:00R Fee:NC page t of 1 Recorded in Offacial Records County of Riverside II II Larry W,IIWard IIII II Requested by andRecording IIAIIII�AIIIIIIIIIIIIIIIIII�IIIIIINIIIIIIIII�flllllll�l /�? After Recording Return to: S R U PAGE I SIZE I OA I MISC I LONG RFO COPY City Clerk _ City of Palm Springs M A L 1 465 1 42S I PCQRJ NCOR1 SMF ki-[G 1 rXAM BOX 2743 FLF2- Palm Sorinas. CA 92263 d`"y ?�' u 1, T: CTy UNI Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply, NOTICE OF COMPLETION k(���� NOTICE IS HEREBY given that: c()2 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 or 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 10th day of June,2009. V. The name of the contractor (if named)for such work of improvement was: S.J. Grigolla Const. Co. Inc. 2639 Sierra Way La Verne, Co. 91750. 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: 2008/2009 SB 821 Sidewalk project VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Farrell Drive from Alejo Dr.to Amado Rd. IX. City Project No.08.12,Agreement Number: 5779, Minute Order No.: CITY OF PALM SPRINGS: BY: 0-- Z� DATED: 7-15^ o g Senior Public Wn(ks Jnspector Mike Lytar �/ J/� BY: � 1l�- DATED: 7//5-eXj 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 f` Index No. 09-09 DOC # 2009-0431413 08/19/2009 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Rssessor, County Clerk & Recorder I I Larry W. Ward Recording Requested by and IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII III IIIIIIIIIIIII �r ~ After Recording Return to: %S R U PAGE SIZE OA MISC LONG RFD COPY City Clerk +'I City of Palm Springs M A L 955 426 PCO 3 NCOR SMF 'NCHG ' M Box 2743 t � L 1[ Lim T: CTY UNI � 1 Palm Spl Ma CA 9226.3 Pursuant to Government Cade Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: I` �(➢2 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 10th day of June,2009, V. The name of the contractor (if named)for such work of improvement was: S.J. Grigolla Conty. Co. Inc. 2639 Sierra Way La Verne, Ca. 91750. 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: 2008/2009 SIB 821 Sidewalk Project VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Ramon Rd.from Calle Ajo to Grenfall Rd. IX. City Project No. 08-13,Agreement N^unmber: 5779, Minute OrderNo.: CITY OF PALM SPRINGS: BY: f" 1 � � lam_ DATED: i-4�05 Senior Public Works Inspector Mike Lytar BY: `/U,��- DATED: 7I p 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. dy Clerk-James Thompson Index No. 10-09 _ u CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: B.J.Grigolla Construction Inc. Date, June 10,2009 2639 Sierra Way Project No-: 0812 Laverne, CA 91750 Projecrc Farrell Dr. Sidewalks Change Order No.: Two (2) ConrracE Purchase No.: Account Numbers: 134,4498.50267 261.4491-50267 133,4298-50221 A.-regiment No.. 5791 CHANGES IN WORK/COST Increase to Contract Quantities Schedule A ITEM 3 Sidewalk -10 @ $5.00 /LF -$ 50.00 4 Driveway -90 @ $7.00/LF -$ 630.00 6 6"Barrier Curb +225@ $15.00/LF +$ 3,375.00 7 I' Barrier Curb -11 @ $20.00/LF -$ 220.00 8 2' Barrier Curb -22 @ $25.00/LF -$ 550.00 Increase Amount +$1,925.00 REASONS FOR CHANGES: Construct additional 6"Barrier Curb to address on-site condition not indicated on the original drawings. This is a balancing change order. Quantities are more than the original estimate. Note: The prices above are inclusive of all marls ups. No additional marls ups will be added to any item on this Change Order. SOURCE OF FUNDS The following account will be. utilized: 261-4491-50267 74.5% 133-4298-50221 25.5% 1 I I Summary of Costs Contract Time I Origmal Conmacz Amount: $40,595.00 Original Completion Date. June 10,2009 This Change Ordcr. +$ 1,92500 pays Added For this C.C.O-: -- 1-- Previous Change Order(s): +$ 2,720.00 Previous Days Added: --0— Revised Cormact Amount: $45240.00 Revised Completion Dace: June 11,2009 I have received a copy of this Change Cr , pproval: Ordcr and the above AGREED PRICES 7- 3_ S ate acceptable to the contractor. Submitted by Dare Senior uubbll&1'k— iccorks lnspector Approved byDaren�j Ca, ractor:Grigolla Coast.Inc Gry�Engu]eer tI Date o Approved 6y Date City. ana�cr Attester�-by_. `/ Date CS p� 40071 - .. Ci!22jef Distribution: - - OrMinal Executed Copies Conformed-rile Cony Contractor (1) Engineering File (1) City Clark (1) Senior Public Works Inspector (1) Economic Development (1) Finance /rI (1) APPROVED DY CITY COUNCIL APPROVED BY CITY MANAGER d`m°C L A 2 CITY Or PALM SPRINGS CONTRACT CHANGE ORDER To: S.J.Grigolla Construction Co- Date: May 27, 2009 2639 Sterra Way Project No.: 08--12 La Vern,CA 91750 Project. SS821 Farrell Dr. Sidewalk Change Order No.: One (1) Contract Purchase No.: 09-0760 : 0 Account Numbers: 134-4498-50267 261-4491.50267 133-4298.50221 Agreement No.: 5791 CHANGES IN WORK/COST Increase to Contract Quantities Item: A. Remove and Dispose Concrete Flatwork 180 SF @ $4.00/SF $720.00 B. Remove and Dispose Concrete Drive Approach 50 SF @ S4.00/SF $200.00 C. Remove and Dispose AC Paving 50 SF @ $4.00/SF $200.00 D. Construct Concrete Spandrel 50 SF @ $7.00/SF $350.00 E. Remove and dispose of Tree 2 EA @ 625.00/EA $1,250.00 Total - Change Order Increase Amount S2,720.00 REASONS FOR CHANGES: Items A. Ttnu E.: These additional items were required in order to address on site conditions that were not indicated on the original project drawings. 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 Funds for this additional work are available in the following account: 261-4491-50267 74.5 % 133-4298-50221 25.5% I Snmmary of Costs Contract Time Original Contract Amount: $40,595.00 Origmal Completion Date: June 10, 2009 This Change Cider: $2,720,00 Days Added for this C.C.O.. --0- Previous Change Order(s):$0.00 Previous Days Added: —0— Revised Contract Amount: $43,315-00 Revived Completion Date: June 10, 7009 I have received a copy of Ellis Change City AP oval: Order and the above AGREED PRICES C are acceptable to the contractor. Submit[ed by L Date Z 7-19 / Senior Public Works Inspector ByJ Approved by , ^'"�'�— Date ! ( Contractor: 5-J- Gtigolla City-Engi ccr —_� ! P Approved by_ Date Ianager Aaesce� Date City Clerk - Distribution: Ori-mal Executed Copies Conformed-File Copy Contractor (1) Engineering File (1) City Clerk (1) Senior Pubhc Works Inspector (1) Economic Development (1) Finance (1) APPROVED BY CITY COUNCIL APPROVED BY CITY MANAGER 2 J CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: S.J-Grigolla Constmetion Co. Date: May 27, 2009 2639 Sierra Way Project No.: 08--13 La Vern, CA 91750 Project: SB821 Ramon Sidewalk Change Order No.: One (1) Contract Purchase No.: 09.0760: 0 Account Numbers: 134-4498-50267 261.4491.50267 133-4298-50221 Agreement No.: 5791 CHANGES IN WORK/COST Increase to Contract Quantities Item• A. Handicap Ramp 3 EA @ $1,250.00/Ea S3,750.00 B. A.C. Removal and Disposal 896 SF @ $4.00/SF U,584-00 C. Variable thickness (0" to 7") A.C- Overlay 1422 SF @ S6.00/SF $8,532.00 Total - Change Order Increase Amount $15,866.00 REASONS FOR CHANGES: Item A.: In order to address on site conditions, the construction of 1 additional ramp was required at the corner of Ramon Road and Calle Abronia. The other two ramps indicated above were shown on the project drawings, but were not included in the quantities listed in the original bid schedule. Items B and C-: In order to preserve existing on-site bay parking at the Southeast Corner of Ramon Road and Warm Sands, it was necessary to modify the original design in the field. Due to this, additional removal and disposal of existing asphalt paving,and the placement of a variable thickness asphalt concrete overlay is required is required in the quantities listed above. Note: The prices above are inclusive of all specified marls ups. No additional mark ups will be added to any item on this Change Order. SOURCE OF FUNDS Funds for this additional work are available in the following account: 261-4491-50267 74.98% 133-4298-50221 25.02% 1 Summary of Costs Contract Time Original Contract Amount: $79,120.00 Original Completion Dam: June 10,2009 This Change Order: $15,11 00 Days Added for this C.C.O.: �--3- Previous Change Order(s). $0.00V Previous Days Added: —0— Revised Contract Amount; $94,986.00 / Revised Completion Date: June 16, 2009 I have received a copy of this Change City Approval: Order and the above AGREED PRICES M Q ate acceptable to the contractor. Submitted by Due " Z 7- Senior Public Works Inspector By s_ Approved by Date l Contractor: S.J. G, golla City-Engineer Dace 0S- ,zL,02� Approved by_.-/ Date Cuy-Manager ALLe51e(1 y Date 00Bto.6 O i City Cler c -- - Dtstriburiore Original E%CCUL d Ccul+-� Conformed-Pile Copy - Contractor (1) Engineering File - City Clerk (1) Senior public Works Inspector (1) Economic Development (1) Finance (1) APPROVED BY CITY COUNCIL APPROVED BY CITY MANAGER hk�. k 2 � __� f. - .. -� r � - - fl CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: S.). Grigolla Construction Inc. Dace: June 10,20C9 2639 Sierra Way Projecr No.: 08.13 Laverne,CA 91750 Project: Ramon Rd. Sidewalks Chan.-e Order No.: Two (2) Contract Purchase No.: Account Numbers: 133-449&50267 261-4491-50267 133.4298.50267 Agreement No.: 47'7# 57`i 1 CHANGES IN WORIUCOST Change Order 2 Schedule B ITEM 3 Sidewalk -277 @ $5.00 / LF -$1,385.00 10 6" Barrier Curb -173 @ $ 15.00/ LF -$2,595.00 A. Additional Labor for Curb Forms S2,622.00 Total Change Order Decrease Amount -$1,358.00 REASONS FOR CHANGES: For items 3 and 10,the actually quantities required to complete the work were less than the original estimate resulting in a deduction to the contract. Item A compensates the contractor for labor and equipment required to prepare curb forms at the Southeast comer of Ramon Road and Warm Sands. At this location, curb forms were installed and grading was performed in accordance with the approved plans. However, at the request of the property owner they were removed prior to the pouring concrete in order to increase spacing behind the existing bay parking. Note: The prices above are inclusive of all mark ups. No additional mark ups will be added to any item on this Change Order. SOURCE OF FUNDS The following accounts will be utilized: 261-4491-50267 74.98% 133-4298-50221 25.02% 1 Y i Summary of Costs Coutract Time Original Contract Amount: $79,120.00 OriginalCotnplecion Date: June 10,2009 This Change Order: — $ 1,358.00 Days Added for dais C.C.C.: 1 Previous Change Order(a); $15,866.00 Previous Days Added' 0• Revised Contract Amount: $93ki-6.uu Revised Completion Date: 3unell,2009 oo I have received a copy of dus Change City A roval: Order and the above AGREED PRICES �} are acceptable to the contractor. Submitted by 7e, Senior Public Works Inspector B4 Approved by �'i Dace Contracton Rrgolla Construction Inc. City-Engincer IDate A ` 6 b G ApproveX911"", Daw�� p Atreste Date��� / City r Disuibuuon: Original Executed Conies Conformed-rile Conv �- Contractor (1) Engineering File (1) City Clerk (1) Senor Public Works Inspector (1) Economic Developmerte (I) Finance (1) APPROVED BY CITY COUNCIL f1 rp� �0 APPROVED BY CITY MANAGER 2 1L AGREEMENT 1 THIS AGREEMENT made this at— day of h06— , 200L, 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 S. J. Grigolla Construction Co., Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 The Work is generally described as follows: Construction of new Portland cement concrete sidewalk, driveway approaches and access ramps; removal of existing asphalt concrete driveway approaches and miscellaneous improvements; adjustment of water meter boxes and valves to grade; and all appurtenant work on the west side of Farrell Drive from Amado Road to Alejo Road; and on the south side of Ramon Road from Indian Canyon Drive to Grenfall Road. 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 an 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 $790 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. 2008/2009 SB 821 PROJECT �T•�''� " CITY PROJECT NO.08-12&08-13 A'GREEMENTFORMI � 11/19/nR AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 -- CONTRACT PRICE $119,715.00 Bid Schedules A & B 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 a --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with 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. 2008/2009 5B 821 PROJECT AGREEMENT FORM CITY PROJECT NO.08-12&08-13 AGREEMENT AND BONDS-PAGE 2 1111 A10F 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. APPftVED AS TO FORM: Z_ APPROVED BY CITY COUNCIL By City Attorney Date CONTENTS APPROVED: By 17 fc�' City Engineer Date 3/64 i By �� �� City Ma er Date 2008/2009$B 821 PROJECT AGREEMENT FORM CITY PROJECT N0.08-12&08-13 AGREEMENT AND BONDS-PAGE 3 19/19/nR Corporations require two notarized signatures- One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name. S.J. Grigolla Construction Co.. Inc. Check one:_Individual_Partnership X Corporation Z ss2B39 Sierra Way Verne CA 91750 B Eiy: G Signature (notarized) G Signature ((notarized) Name: 5fe•leeJ l� , 6 -1r ba/(� Name: J•1`elw / 1fl Title: PA et&( d e,,J Title: S�f.-• - (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 Beard, President or any Vice President) Financial Officer or any Assistant Treasurer) State of C a l i f o r n v a L 1 State of c a l i_f 0 rs;a❑ County of t o y Angeles ❑ss County of a' s e ,e r o USS On iP it Z� , - _0C9 On FSc 7-_1 t 20o I before me, before me, _Ear C L Hooper . No t airy Pub I i c personally appearedS;Zje,tij_ _fk_ personally appeared SiEi_LnGnZ'r5cK6�_ who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person�4 whose namg61 evidence to be the person(o whose name sarisubscribed to the within instrument and GlacP_ subscribed to the within instrument and acknowledged to me that�l�'sge/#+iey executed acknowledged to me that #teed they executed the same in Sii§/herlH� authorized capacity(}e< the same in-h+s�e(heir authorized capacity(W, and that by (511fherft4elr signatures(9 on the and that by /their signatures( on the Instrument the person(,Co, or the entity upon behalf instrument the person(rvf, or the entity upon behalf of which the person ] acted, executed the of which the persons) 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��� �7 Notary Seal: Notary Seal: •^~` �;:r.:; EARL L.HOOPER EARL L. HOOPER a i , COMM. #�1756370 A " ' COMM. R1756370 z mr Notary Public California o o A a 'Wr Los Angeles County z : .�" Notary Public -California o Loa Angeles County M Comm.Expires Aug 7,2011 My Camm.Expires Aug 7 2011 2008/2009 SB 821 PROJECT AGREEMENT FORM CITY PROJECT NO.08-12&08-13 AGREEMENT AND BONDS-PAGE 4 11/19/08 1 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. I I I I I I I I I I I i I 2008/2009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 I 11/19/08 COVER SHEET BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the farm 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: 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 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): lY64E sS,5uc❑ 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, I 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 I necessary. I In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I 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 f Work of this Contract. I 2008/2009 Sri 821 PROJECT CITY PROJECT NO.08-12&08-13 BID AGREEMENT 11/19/08 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders 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 Pnce(s) named in the aforementioned Bidding Schedule(s)- Dated: oq Bidder: "ga( � Gi By: (Signature) Title: &e b r I I `I I 2008/2009 SB 821 PROJECT CITY PROJECT NO.08.12$08-13 BID AGREEMENT 11/19/08 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 2008/2009 SB 821 PROJECTS CITY PROJECT NO, 08-12 Farrell Drive Sidewalk Amado Road to Alejo Road Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization 1 LS 2. Traffic Control 1 LS $ 150t) 3. Construct 4" P.C.C. Sidewalk 4,520 SF $ 5. °� $ At , 6 o d•�� f 4. Construct 6" P.C.C. Driveway 300 SF $ "�. $ )lea. l` 5. Construct Type B Curb Ramp 1 EA $ 1 y 60;- 6. Construct 6" P.C.C. Barrier Curb 80 LF $ I�, �` $ (yo o . =` 7- Construct 1' P.C.C_ Barrier Curb 100 LF 01$ j, �4 $ 2000 8. Construct 2' P.C.C. Barrier Curb 135 LF $ a 5 . $ 3a3 7 5 9. Adjust Water Meter to Grade 8 EA $ 15L , $ H U 0 10. Remove Existing P.C.C, Improvements 380 SF $ , "=' $ I ✓�20 .-� 11. Remove Existing Tree 2 EA $ lQo n $ Remove Existing Concrete Planters < 12. and Miscellaneous Improvements at 1 LS $ 1 d o 465 Farrell Drive 13. Relocate Existing Traffic Sign 4 EA $ 50 , I 14. Relocate Existing Mailbox 2 E4 TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ 1 { p1 S°IS C J MF (Price in figures) - k oAiAtied 'F dellr�nS (Price in words) �. J• 6n.•56119 co �tsf'. Ca . yrn/G . Name of Bidder or Firm 2008/2009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 DID SCHEDULE A 11/19/08 BID FORMS-PAGE 4 I I ' BID SCHEDULE B Schedule of Prices for the Construction of the: 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-13 Ramon Road Sidewalk Indian Canyon Drive to Grenfall Road I I I Item Description Estimated Unit Unit Amount I No. Quantity Price I / 1. Mobilization 1 LS $ � �Q , �� ✓� 2. Traffic Control 1 LS 3. Construct 4" P.C.C. Sidewalk 4,000 SF i 4. Construct 6" P.C.C. Driveway 1,760 SF (Z1 32�.1 � 5. Construct Type A Curb Ramp 1 EA $ I Z5o.'� $ 471 6. Construct Type B Curb Ramp 5 EA $ gLSvr $ 6ZJ(5 F 7. Construct Type C Curb Ramp 3 EA $ I -5 1 $ 8. Construct Curb Ramp, Case F 2 EA $ I ZS 6 $ Z SO o ' g. Construct 2"A.C. Pavement 1,150 SF $ , °" $ QU , u� ✓/ 10. Construct 6" P.C.C. Barrier Curb 300 LF 0 . --� I 11. Construct 1' P,C.C. Barrier Curb 95 LF $ ;10 0 0 , =" 12. Adjust Water Meter to Grade 2 EA $ 5 0 ;f $ l o o , - 13. Remove Existing P.C.C. Improvements 600 SF $ KO d , �4 I 14. Remove Existing A.C. Pavement 3,100 SF $ 14. _Q $ (Z _L4 t 15. Relocate Existing Traffic Sign 4 EA 0 ,-- $ 21d6 o , °- ✓ TOTAL OF ALL ITEMS OF BID SCHEDULE B: f �- KI~ 2,151 M (Price in figures) he�e•��-4( - ntiae �KpLj5oxd, 6L% - h0NdMed_ (Price in words) �j. 5. bn,'gaNA Pu .,v$F. Cam . Inlc. Name of Bidder or Firm 2008/2009 SB 821 PROJECT CITY PROJECT NO.08.12&08-13 BID SCHEDULE B 11/19/08 BID FORMS-PAGE 5 BID SCHEDULE SUMMARY 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 TOTAL OF ALL ITEMS OF BID SCHEDULE S/°'AND B (BASIS OF AWARD): $ ( °I I 15, r ✓ M.k- 2( S Ion I (Price in figures) ot.1"a - (njAj &ae(t I`IiNe,+enew1 1 In4t1SP�NG �2J��1 ItUhl�n�f� (Price in words) F�-er�1 d.6 I I r►. 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. ��� • V n ��cjd0lf� (�6uJs 'F . � 4 . �rtfC . Name of Bidder or Firm 2003/2009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 BID SCHEDULE SUMMARY 11/19/08 BID FORMS-PAGE 6 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 JG9?,AI S 7 6 6 o f/e nJ5 Y% a � i c��r✓ fr , � � . za53 2,6 oft6 L tl� S ' 8nez=' d,S5 3, 4(,►_ Cnoj� 138L45J 4. 5. I I I 6. 7. 8. 2008/2009 SB 821 PROJECT CITY PROJECT NO,08.12&08-13 11/19/08 LIST OF SUBCONTRACTORS BID FORMS-PAGE 7 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of G ) I, being first duly swom, deposes and says that he or she is pri e b,W en1� of 7s,, J• Can,"fir!/ 43 -va-, el - Inre;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 [S �, t�7r�r r/l� �radb�. I'Ve . I By jTitle /- /I e S Organization Address_ 2008/2000 SS 821 PROJECT CITY PROJECT NO.08-12&08-13 NON-COLLUSION AFFIDAVIT 11/19/08 BID FORMS-PAGE 8 ALL-PURPOSE ACKNOWLEDGMENT State of California County of L6s Anne - o4 On "7e OD CT before me, Ear t L. Hooper , NoIWY Public Date Name,Title of Officer personally appeared i cv S'ti -Z• czg.i e i 1 r~ - NAME( j OF SIGNER(,S�) who proved to me on the basis of satisfactory evidence to be the person4p whose name( subscribed to the within instrument and acknowledged to me that��executed the same in�]si '�Jthorized capacity(i�, and that by tr ent- nature on the instrument the person,or the entity upon behalf o which the person}acted, executed the insl I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. _ w:r5e, EARL17563 _ COMM. 00PER yPu tf1756370 �t � Notary Public -California o Signature of Notary z Los Angeles County My Comm.Expires Aq.7,2011 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document- JJ THIS CERTIFICATE Title or Type of Document _ _ Id � �y a • dam-➢= n_ Y" MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT (DESCRIBED AT RIGHT: Signers)Other Than Named (Above )812009 SS 821 PROJECT Y PROJECT NO.08-12&08.13 NON-COLLUSION AFFIDAVIT—NOTARY ACKNOWLEDGMENT 19108 810 FORMS-PAGE 9 Bond No. _T-156 BID BOND KNOW ALL MEN BY THESE PRESENTS, That S.J. Grigolla Construction Co. , Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: Ten Percent of Amount 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 City's Contract Documents entitled: 2008/2009 SB 821 PROJECTS CITY PROJECT NO, 08-12 & 08-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 2nd day of February 200 9 . PRINCIPAL: S.S. Gri olla Construction Co. Inc. Check one: individual,_partnership, X corporation G (Corporations require two signatures; one from each of the following groups: A. Chairialan,of Na"-d' President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistart Treasurer, or Chief Financi I�Officer) BY SURETY: (/ Travelers Casualty and Surety Company of America signature (NOTARIZED) C Print Name and Title: sfeJej 07, elo B � By i signature ssy49g ture (NOTARIZED) (f fOTARIZED) Print Name and Title: CC Print Name and Title: IIJ9 6rtI �O��� ~ Y 5eC . Daniel Huckabay, Attorney-in-Fart 2008/2009 SB 821 PROJECT BID BOND(BID SECURITY FORM) CITY PROJECT NO.08-12&08.13 BID FORMS-PAGE 10 11/19/08 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange _ On 2/2/09 before me, Arturo Ayala, Notary Public Date Moro Insorl Namo and Title of the Officer personally appeared Daniel Huckaba 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), ART U RO AY ALA and that by his/her/their signature(s) on the instrument the ppMM. 16365�9� person(s), or the entity upon behalf of which the person(s) *+ acted, executed the instrument, NOTARY PUBLIC-CALIFORNIArA rn ORANGE COUNTY N I certify under PENALTY OF PERJURY under the laws of MY n0MM:-EXp. JAN,1O. 2010 the State of California that the foregoing paragraph is true and correct. Witness my hand a ici eal. Signatur � Place Notary Seal Above Signature of Nplary PubllC OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 2/2/09 Number of Pages: One Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Daniel Huckabay Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer —Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited❑General ❑ Partner---❑Limited❑General Z Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee 0 Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 0 2U07 National Notary Association•9ase pc Soto Avo.,P.O.Box 24a2-Chatewenh,CA 912132402 NatlonalNotary.org Item 6590] Reorder,Call Tell-Free 1-900-970-G827 v State of California ) � CALIFORNIA ALL-PURPOSE - County of Li AnueJ es ) CERTIFICATE OF ACKNOWLEDGMENT a $ On �p ZOO � before me, Earl, L. Hooper , Notar y Put l is $ (here insert name and title or the officer) personally appeared Sieve 3` �o�� o'i -k S1 e I of_ r - t, who proved to me on the basis of satisfactory evidence to be the person f whose name04/esubscribed to ' the within instrument and acknowledged to me that he/she/Dexecuted the same in hisfher/ tr authorized capacity(and that by Ni5{4 /ttpsignaturao on the instrument the person62 or the entity j upon behalf of which the per5ont9 acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the har_., . EARL L. HOOFER 56370 State of California that the foregoing paragraph is true and correct. S 'Cot tar" IncCall z g Notary Pubic•California o - Los Angeles Coun ty WITNESS my hand and official seal- To Comm.Ex lies Aug.7,2on c f Signature "4VV'__ (Seal) r OPTIONAL INFORMATION Al(hougFr the inrormation in this section is nor required by law,it could prevent fraudulent removal and reattachmenr of this Y acknowledgment to on unauthorized documcni and may prove useful to persons relying on the attached documenr. - 9 Description of Attached Document € The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification Proved to me on the basis of satisfactory j titled/for the purpose of �t� �o..,9 Y evidence: Lo form(s)of ldendricawn Q credible wltness(es) Notarial event Is detailed In noiaryjournal on: containing 1 pages,and dated o`f Page It Entry r s s c The signer(s) capacity or authority is/are as Notary contact ❑ Individual(5) other y ❑ Attorney-In-Fact ❑Corporate Offices) Addldnnal Slgner(s) ❑fS,pner(s)1'humbpnntG) '• I �2Q S�� .ti _ o � ) �j Tlrlrh) ❑ '1 ❑ Guardian/Conservator I` ❑ Partner-Limited/General ❑ Trustce(s) ❑ Other ( representing! S .S. CT rdtA Morne(s)of Persons)o Enntyfles)Signer i.Repromndn9 • I c Copyright 2007 Notary Rotary Inc 925 29th 5t Des Meme µIA 5W 19 NRm 7 nT Form ACK03 10/07 „To re'-order cell mlbrrec 1'677-349-65$2 or visit us on the In,emo at h7p//www notarymtary.ron, bond NO. T—i7b WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company SL Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 217860 Certificate No.001242164 KNOW A.I.I.MEN DY THESE PIRESENTS,That Seaboard Surety Company is a corporation duly organized corder the laws of The State of New York,That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company arc corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly orgamzcd under Sire laws of the State of Coneecucut,That United States Prdclity and Guaranty Company is a corporation duly organized tinder the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the Stain of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized tinder die laws of the State of Wisconsin(herem collectively called the"Companies"),and drat the Companies do hereby make,commute and appoint Ralph Eidcm Jr., Daniel Huckabay, and Arturo Ayala of the City of Oran llu ,State of California ,dieur True and lawful Anomcy(s)-m-pact, each in their separate capacity if more Than one is named above,to sign,execute,seal and acknowledge any and all bands,recognizances,conditional undertakings and other writings obligatory in the❑aurn thereof on behalf of die Companies in theirbus•lness of;guaranteeing The fidelity of persons,guaranteeing die performance of contracts and executing or guaranteeing bonds and underT.•tkings required or perttil'ted>in anya6bons or proceedings allowed by law ys IN WITNESS WHEREOF,the Companies have caused this instrprn.6nt to be sigirezlmlld[hzir�corporate seals to be hereto affixed,thin 101b an day of October 2006 Farmington Casualty Cym"psur�' .. ,�..i ^^'q,) " St.Paul Guardian Insurance Company Fidelity and Guarantytlna6rar♦cg toinpariy,�:,�� •�r St.Paul Mercury Insurance Company Fidelity and Guaranty�InsuF.o-lnce'Underwi•iCers,Inc. Travelers Casualty and Surety Company - Seaboard Surety Company 'Travelers Casually and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company =.=u�I 5Y susrrr n+._Pro pr,use, �„u vYo .y„o"m Q it .! ry F� l - ncmrcrarm �` •.tom 4i ppOP9r n` Y s 'F9T/ g .e 1951 y192 '-[�_�,Cpf{ SEAL i "z S et 7 e nw xao 3too "no' to ogs� O :a�:� `� _ rr`r .`�SEaLia°p "�OF °� w w p ry- •� r *� �orrmw ^., a.s..... °' sd r'An ltxlF' Stale of Connecticut By- City of Hartford as. Geori; T6ampso�, =mar �=e Pre.idrnt On this die 10th day of October 2006 before me personally appeared George W. Thompson, who acknowledged himself to be die Senior Vice President of Famuna on Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St Paul Fire and Maine Insurance Company,Sr.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of Amcrca, and United States Fidelity and Guaranty Company, and that he, as such, being aurhorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of die corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my band and official seal. &&. k e a My Commission expires the 30th day of lone,2011, �/RLSG * Made C Tktreanl6 Notary Public 58440.8.06 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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/CO TRACTOR'S N e and tree/t///y�ddress: 7 2. CONTRACTOR'S Telephone Number. ( 904/ ) Facsimile Number., ( 91z'i ) 3. CONTRACTOR'S License: Primary Classification A.-It State License Number(s) /(o L) 3 (p Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety C/,a CSIY 'r" t[ ./ Address /�Z( / AL kla:L L 1a 0 Surety Comp Telephone Numbers: Agent(71� urety( 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: �f1�LJr-.1! �1� 6n� �//�1 lines . '2! S� 1�,� b�/ �a /• � Jg (�n, /!�g !�P. Sep d6cscJ Ur�14 2008/2009 SB$21 PROJECT CITY PROJECT NO.08-12&08-13 BIDDER'S GENERAL INFORMATION 11/19/08 BID FORMS-PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: '2� S I&LA-s 5 9. List at least three ��77related projects completed to date: a. Owner Ifi J 6 T GA r.5004dress 3C-�,Le D /> S Contact ,5 Class of Work hoejjc loa p /;AMPf 3p Phone `l0 S C-% �755 Contract Amount Project U_ 6:LL(r� 4 r 4M-&-7`Date Completed rGj Contact PersonFV kk,le�S Telephone number n - a 75 S b. Owner 91 fy h Address 30:3 e�p � SZZ• Contacts V L? e,-1ClassofWork Ah7ee-Ae cAJS/d-JJd zeJeS Phone o� 4/� S�, Contract Amount, Project 69(r l"r4d4- 64MTYACompleted LC r Contact Person T4ArJ M ' Telephone number C. Owner L�/ �9 4� 101/140+419Address ill Contact Czv r-)&.r Class of Work Ccn` cja-- Phone�,a)54F)-5ga0 Contract Amount ,(,r2 o Project //E /rA P Date Completed LTuc1 e �,, 7Q OL) ``7 Contact Person ry ��� �� Telephone number G(74)S/fK- �yr� 10. List the name and title of the person who will supervise full-time the proposed work for your firm: V e,-ed 11. Is full-time supervisor an employee -6 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. 2008/2009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 BIDDER'S GENERAL INFORMATION 11/19/08 BID FORMS-PAGE 12 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract- Contra 6 S nc d��� f c�� 6o' ��✓� By �[ Title 7 Ae✓� 2008/2009 SB 821 PROJECT CITY PROJECT NO.08.12&08-13 WORKER'S COMPENSATION CERTIFICATE 11119108 AGREEMENT AND BONDS-PAGE 5 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 1T77.5 HAS BEEN AWARDED TO: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO S.J. Grigolla Construction Co. Inc. 462356 4. MAIL ADDRESS(STREET NUMBER OR P O. BOX) S. CITY 2639 Siena Way La Verne 6. ZIP CODE 7. TELEPHONE NUMBER 91750 909-596-6406 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Farrell Drive, Palm Springs 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD 2008/2009 SB 821 Projects (CP 08-12&08-13) $ $119,715.00 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 04 1 20 f 2009 PSE NUMBERS) 05 f 15 12009 1 (U9E NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL HOSPITAL,ETC.) 14 El NEW CONSTRUCTION L�j ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Back hoe operator Curb cut& Breaking Concrete workers 1s. Is language included in tho Contract Award to effectuate the provision of suction 1777.51 as required by the Labor Codu?............................ ........-................. Yes No Is language Included in the Contract Award to effectuate the provisions of Section 1776,as required by the Labor Code?........................................ 0 Yes No 17. SIGNA 6 E 18. TITLE 19, DATE �P Manager 3/13/09 20. PRINTED O TYP D NAME 21. TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement& Contracting 760-322-8368 Duplication of this form is permt=blc DAB 13(rev.5101) 2DOS12009 Ss521 PROJECT CITY PROJECT 00-12 S 00-13 91D SUMMARY Bid senoeulsA TA SLe Co miming 11 lne. GBTWmts lne. D&L whonlor Enterpr,Soa Intemadonal Palvrement Solutions Ortiz Asphalt Paving Co. ID RE DESCRlPT1ON UANTI UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNITPRICG TOTAL UNIT PRICE TOTAL 1 Mobdealion 1 45 64 Doc OC 5450000 $250000 $2,50000 $2500.00 52,500.00 Sa M0.00 $3 MGM T3"S 10 T3446.10 TrAI6c Control 1 LS T12 400 00 512400.00 S200000 1200000 13000M $30O9.DO $2500 OD $280000 5202239 $2022.39 3 Londrud 4•P C C Sdewak 4520 SF $6.50 529300.00 TDo 5226o0A0 T260 $1175200 5450 S20340.00 5599 $21117C EC 4 Construct 6'P C.C.Dmmwov 300 SF 57 5G $2 250 00 $6 00 51 800.00 515.00 34 500.00 5s do EI Sao Do 7051 72 503 00 ConelmclT oDCm:i Ram 1 EA $14CG C9 T140000 $3500.00 53500.00 S200000 32 Doc Do at MGM $1 Ego DO T2,14005 5214005 5 Cm,trun E•P.0 C Enrrmr CwU 80 LF T2350 5188000 51500 It 200.00 312AC T0E00o 72000 $160000 $6319 SE 05520 ] Lon:tmet I P C C Garnet Curb 100 LT- 53500 $3,6o0 Do 51900 a50000 $1500 5150000 525.00 52500.00 5T205 ST 25S 00 0 Conalmel 2 P.0 C.PaMer Cum 135 LF Stir oo Se TT9 oo 42000 $270000 $2000 52]0000 130.Co $4>2300 37039M16.78600 0 Adust Water Metcr to Omen 8 EA $37500 $3,00000 550.00 S40C OC $130.00 aeon ao T20000 51600 GO 5405.34 10 Remove listing P C.C.Imprwemen�: 350 SF $800 $3040A0 1316 $142S OC TA 00 e1.52000 $400 5152000 51359 11 Remove listing Tte. 2 EA 5600.00 S120o.Co S120000 $240000 560000 51,600.00 5550.00 51300.00 51,069.09 12 Remove Ewrnng Concreto Planters end Weellansous 1 Ls a9,e2¢59 510 02n 00 53 000 00 53 000.00 53 000 00 33 ooC OC 51a E25 gD St4s25 o0 $B]86 00 at 465 Famell Odvcs Gxinin TmMes n4 EA T50000 5200000515000 $SC0e0520000 $50900 $15000 $90000 5189.6EEx,sllnr Make. 2 EA 5350.00 170C 00 pco.oC 520000 $20000 $40000 515000 530000 $29T T3 TOTAL $IN 949.O111 TOTAL $46,12500 TOTAL $0T,4.12An TOTAL 55911 TOTAL 590,135E 79 Bid sehnCula9 Tel Stae Commuting 11 lne. BST worts lnc. oat whnpler Entoryreea Intornatienal Pavement Solutions Onle Asphalt Paving Co. ID ITE DESLRIPnory uwry UNIT UNIT PRICE TOTAL UNIT PNCE TOTAL UNIT PRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL 1 Mebla¢Lon 1 L$ S450000 Sn d0o.o0 $25o0A0 125000o $250000 $250000 54.50000 S4 Soo 00 S3 A30.10 5343L to 2 T.Me Cenral 1 LS 1390000 $390000 T2.50000 $2500,00 S300000 53000.00 $29GO.Cn 32 a0o do S2022.39 $209a39 3 Conswct4 P.CC S.dewalk 4,000 SF ys.so T75 000 00 T5.00 $20000.00 $6 do 52AooG 00 M Sta go9.gC $565 $23^no 00 4 Cpn:tud 6'P CC Dnvewa 1,780 Sr $7,10 T1249600 $6.00 5105000o 10.do 11750000 %Soo $10560.00 366E 111755,00 CenalmclT eA Cum Rome 1 EA 51450.00 S145000 539GC OC 93900.00 T260000 1250000 $1600.00 $1.80000 52399.41 52399.41 5 Con:tmclT e6Cum Ram 5 FA S1A60.oc 1125O Do 5320C 00 TIE 00000 T2.000.00 510.00000 52000.00 510000.00 S33E9.41 III 99T.Co T CCnstmat Tyne C Curp Ram 3 EA t6500C 54 950 00 1360000 $1080000 $1.500.00 SAS00 do 51ao0.oc S3 And gS T239941 TT 1062E 8 Lonstmet Cum Rsmp Case 2 Dn Tt¢50 on T2 900 00 $300000 $800000 $2000.00 S4000 C9 51,20000 53.6000O 4-239961 Th 79662 9 Cnmmarct T A C.Pavement 1,150 ST- To 00 $3450.00 SSoo 65 T50.00 95 3¢ECO.On Tn 50 1517500 3829 S7233 So 1n Cons0ucl 8'P.C.C.DaMor Cum 3uc LF 523.10 Sti93o.o0 $15 Co S4 Soo 05 Tin 00 $3.00000 52000 5800000 14901 $1A903.00 11 Conswct T P C.L.Hama cure 05 LF S35.00 $5325.00 aE do $171000 $1500 $1.425.00 S250o 523951Do 554 72 15199aC 12 Atl ust wnirrMma lO Gatle 2 EA $37S C9 $75000 $12500 $250.00 520C Do 4Co.Co 720000 3wo 95 Sh0534 $ 6126E 1a RBmOv0l,Clin P'.CClm mvements 600 sF $8.00 Sh80000 300 51EgC on T?00 5120000 5400 52A0000 S11]0 S702000 t¢ Remove Etusime AL Pavement 3100 SF $2.50 STMC9 1195 e604500 $150 S455000 SIM 3a 650.00 12.99 1925900 15 Rclocmc Exinting Tmncc Sl n 4 EA $Sno On $200000 510000 MGM S20O.Co $900 OC $15000 $Endo 51696E S75864 TOTAL $91951.ao TOTAL $02.31500 TOTAL 554,175.00 TOTAL $70 o1 TOTAL S1121e4.122 GRAND TOTAL $116,700,00 GRAND TOTAL $130,K0.130 GRANDTOTAL $121 G07,013 GRAND TOTAL $137,07000 GRAND TOTAL $192240.11 200012009 SBS21 PROJECT CITY PROJECT Odd2&d9.13 BID SUMMARY Bid Schedule Bata ConstfutUOn Inc. Granite Construction GO Elite Bobo(Servleu Inc JMJ Contractor Inc. eontrems Con:tmat,on cc ID TEA DESCRIPTION UANTI UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNITPRICE TOTAL UNITPRICE TOTAL 1 MOCIRpl'on 1 j $oco.oc $300090 $5,00000 59000.00 16480.00 $5 oogo $3.95500 53955.00 53,000.00 520c-= 3 TICM.ComUl 1 $275000 52750.00 510000.00 $13 n00,00 &1000,00 5400000 50,215.Oc $G 21C 90 339OC 00 73 COG Do 3 Construct A^F C C.Sldnwplk 4.520 51.25 SO277o.oc $s oo T22.60000 $10.00 S¢5200.oc 5339 $IS 32250 $490 $2214500 d construct G•P C C Onwwa 300 $B.9C i2$So 99 G600 $1,90000 Sd.00 12400,00 $675 £2,03400 $5.10 S1u]o.oe 5 con'-atT o3Curb Ram 1 $2500 CO $250000 51,90000 $190000 $1 C999C $1$00.00 $327700 $3277.00 5100000 11 eoo.eo C Construct 6'P C C.Bamor Cum 50 $2000 $1,60000 $17.00 11 ash CO $1200 $96000 $22.60 S1,800.00 S22Ad 3176O,CO 7 CCnstmct l'P CC Bpmrr cum 100 53000 53,uoo.co $24 OC T2 400 00 SIGOO S190000 525.3G $232500 T3300 $330000 B Conamet 2 P C C Bamer Curb 135 540.00 1,4CO.GO 73000 5405000 $2000 1373C CO 733 no $41M30 $41.00 $5,53500 9 Adusl Water Meter io Grade B 715000 $120000 5200.00 S1 000.ee $1sd 00 T120000 £5085 S4d5.O0 S12S.00 Et d99.00 19 Remove aislinO P C C.Imotovementc 330 $200 576000 Se oo $152000 T300 S114000 SG 95 S1 Gd1.d9 $200 4760.00 11 Remevu Ernbw Tree 2 51,200.00 $2,40000 $1 Sao 0c T3,00000 5250000 SS CCU do E1GS.50 $33900 7300 no 160006 12 Romove ent: [485 Fonoll Dmr reand Miecallaneous 1 LS $20o0 o0 $2,20000 51500OOO S15 aoo 99 312 Coo ao T1200000 5101700 51017.00 5 Zo.Co $3,200 Co Ito mvomenlssl 4BSf nell Dbvc 13 Retook,Exrsen Tome SI n 4 EA 520000 SoOOM 520000 $3oC o0 Y32500 $1300.00 S226 00 2904.00 $16000 $72000 14 Remeelo Es,slm Mailbox 2 Vr $35c Co Y]OOM 920000 $40000 5425.00 $55000 $22600 £452.00 5150.00 530000 TOTAL $61,43000 TOTAL Su3,430.00 TOTAL $97,71000 TOTAL SdgC33.10 TOTAL sag uu3.9d Bid schedule l3 Bow Construction Inc. Gwnlln ConFW<POn CO. Ellie Bobcat Scrvlco I... JMJ CO.D..ors lnc. Q*n1rOrps construction Co Ip pE pEGLRIPTIONnUANTIr UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Mobilaouon 1 LS 53000.Oo S3 coo 9d TO Ouo Oo 5900000 SB500.00 SG Soo Do S395G 90 T39550o $2000,001 $2000.00 2 Tra111e Control 1 1-3 %2swo0 T2 600 00 51900000 S1900000 5a coo oo $4 000 00 T6 215 00 S8215.00 S2,oco Co S290C Co 3 Consouct 6•P CC Sidewalk 4,000 SF 5725 $29000.00 SSOO S2oo9n09 $B 50 93400000 5339 S1350000 $4.3c $1920000 Conslnucl 6'P C C.Ddvewa 1,760 SF S850 S14960.00 $6.90 $1056000 5900 S15 640 00 S980 SIG age Co $6.1C $In 73600 COn51Nc1T CACum Ram 1 EA S120O.00 12Co.Co 5150000 $1 SOOOO $1500Oo $1,D00.00 ateooco $1 Bon 00 S170000 $1.70000 6 Cons0uct TvacBCurb Remo 5 EA 5130o.eo Se$00 C0 $1900,00 $9500.00 $11O9 eo %a Sao 99 $1 Goo 0o To coo 00 5170000 $850000 7 conatmct Type C Curb Ram 3 Fn TMOO 0o $33OOM 11200.00 5350000 5150000 $450000 S100Oc0 SS40000 SLToo 99 151999E 3 COn91Net Curb R,mp Coo 2 EA 51100.00 S220C.Cc floe 9C 4220000 $1500.00 S300000 SI,UcO.C9 3GDOO o9Co Tt70000 $34on On 9 Cwstrust 2'A C.P7vemnne IISO SF $6.9C SS900 o9 $000 $9 0000 $9.09 G9309.CO $s21 $7141.50 5175 52012.50 10 Construct G•Fcc Bpmw CUN 300 LF 12000 46 o0n 0n £1T OO SS100.00 s15A9 $a60n n0 $16.95 55.O85.00 $Mo 9G 000.00 11 Lonswet T P C C Bonier Curb 93 Lf- 7300n 5255000 S't¢oo 12 MOM T2000 $1.90000 $15.40 St¢63AO 12300 13135.00 12 Ad usl Water Metorm Gmdc 2 eA $ISO Ou 39999 $20000 5400.00 S22S.00 4GO.CO $55,50 T11300 512500 £250.00 13 _Removn Fv1p11nd P C C lmomvcmcnL •• C00 SP T200 $1200.00 5a.00 43¢000o S315 $225000 S2.O2 C1 Og2.oC $2.00 T. GO.Do 14 Romovo Evlabn AC.Pavemem 21oc sF $2.00 SO200.00 $3 nO 5930000 5350 51005000 5292 Se 7aa9C $150 T4650,00 15 Relowlc Fxntln Tmfdc sin ¢ EA ze9.dC 19n0 00 £100 00 5400 00 532E 99 t ado 9C ....on $904,00 £180.00 5720.Oo TOTAL $O7,01u.0o TOTAL 5104'"000 TOTAL 5100,250.00 TOTAL ssssss.so TOTAL $71,20359 GRANDTOTAL $1411,"000 GRAND TOTAL S107,07o.00 GRAND TOTAL $19s,000,00 CRANDTOTAL S130195.110 GRAND TOTAL 5130,20G.10 213omoo9 SER21 PROJECT CRY PROJECT 08-12&00-13 OIO SUMMARY Bid Schadul0A Hondo En9ln...Ind.Inc. GdpoOa&SonS Con:t Co.Ine- ArcM1ulOto CCnCr010 COnbt CO. S J.GrIgolla Const Co.Inc. JOC Inc. IU RE DESCRIPTION UAN UNIT UNITPRISE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNITPRICE TOTAL 1 MOhIlzobon 1 LS S]Socoo 7750000 7520000 S520000 $250000 12&co.co 7Eso 0o $85000 $3500.00 53500Au 2 Te,Tc Conlrol 1 LS 73 Goo DO S300000 59000.00 49 CDC Do $250000 $2,50000 $1500.00 51500.00 S3 Goo oo 7350D 09 3 Constmct¢•P CC S�Oewsllr 4520 SF $260 51175200 $Goo 727,12000 $564 S25492.80 $5.00 $22 SOD= SB 50 $3842000 4 Lontlmcl 6'P CC Dmewev 300 SF 1290 767000 $1000 $3,000.00 5710 121300o $7,00 52,100.00 S8.5D Go sso.00 S COnelmcil e6 Curb Ram 1 SA $27co 00 T2 200 00 $1,50000 Si SOD go St Isom 51150 OD 5125000 51250.00 52000.00 $200om 9 Con:wct G"PCL.eanlrrcurh BO LF 7900 5720.00 21G.00 $t 26o 00 $1500 5120000 515.00 S12o0.00 51¢.90 7t 16000 7 Constmct T P CC Wier Curb 100 LF 51200 1120O,GD $2200 $2200.00 522.00 S22OO 00 $200o 52.00000 $1650 $1850.00 8 COnelmet 2'PCC Gamer Curb 135 LF 222 GO $z 979.G9 54800 56400.00 S2G.00 4351000 52500 53,875.00 522.50 $3037 SD 9 Adu:t Wmcr Mctcr to Gmdc 6 W $25000 52000.00 S20o.00 72 DOD Go $15000 5120000 55000 $dCC.DG $75 Do 560000 10 Remove Gxl:dng P.L.L.Impmvemrnts 380 SF SA.00 $152000 71000 $380000 561.61 S23 A11.80 $-.Do 7152000 54 00 51520.00 11 Remove Existing Tmv 2 EA SCGD.GD 1 $60000 $200000 S4 CDC 00 Sn50.00 $900 CC 5I 11111 5201111 145000 59007 Rcmcvo Fxistin0 Concmle Plamcr and Ml:[ollanoou: 12 Immvemenls at 465 Fnnrll Orl, 1 LS 52,500.00 32 GOo cc $E 20C 00 58.20000 513,50000 S13500.00 S1500 DG $I SOODO 7300000 $3,00000 J1A 13 Rclorate Exl:ting Trpl0c 319n [A 5250.0o $1 coo,c0 $250 DO S1,000.001 5300.00 11200.00 SSO.OD I TWO 00 T10000 1 SI00OO Relent.ExIA Mallhen 2 EA $250.00 $500.00 525000 S6c0.00 $190 DG $30000 75000 1 910000 5100.00 Seoo GD TOTAL S3853200 TOTAL $75 2110.01) TOTAL $91,164.60 TOTAL Sd0,395.00 TOTAL $6$637.90 Did Sehvdula6 Hondo Englneermg,Inc. GN9enp&bons Conxt Co Inc Archuleta Lenerete Corot Co. S.J.Grlgona eonst co,Inc, JDC Inc DESCRIPTION TOID ITE UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 MobdizatIon 1 LS 5touc0.c0 5tD 60o 00 $5 200 00 $5.20000 32500.c0 $z5013 00 bSED,DD u5000 53 500 00 53500.00 2 Tmtno Conlrol 1 LS T300000 $3.000.00 59DOG 0o 9oDO oo 12 SaO,00 52.50000 51500.00 51500.00 S3 JOG= 39DO Do 3 Connlrocl 4•P C.C.Sidewalk 4000 SF $280 lidAcc DD S75 72300 000 $550 $22000.00 SS.0o $2000000 eED 13¢Doo GO 4 Cennlroct 8'P.C.C.Dnvow. 1750 SF 5390 S68U4.00 GO 00 g15 540 00 S4.34 $763340 VIDO 112320 GO 56 so $1406000 5 Con:tmdY OACum Rnm I EA $1 e9DDO $1500 on 3150000 $1500.00 S2 GOODS $2300.0o 1125000 91250 DO $2.000,00 $2000.00 6 Con:t .t ce Cum Rp,n 5 EA $2]00 DD 51350000 11.10000 S700u.00 $13m Do 16900.00 $125000 $625000 $2000.00 510000.00 7 construct TypoC Curb Ram 3 En $160000 5540000 SIe00.00 S4200.00 711EO no T345000 $1.25000 1375000 S20oO.co $6 DGD.GD 8 Constmct Curb Ram Ca•eF 2 5A $1000.00 538000O $149D.CC 3290o 00 fl15000 $230000 SI 5000 $2a00sloo 0C Do 7eo9D.DD 9 Con:Wct2"AC Pavement 1ISO 5F S2.Bo 287500 71200 T1300000 S500 4b819 Do b9 GO 59TA 50 5517500 10 Constmct 6'P C.L.Banta Cure 3CO LF Ss.00 2]0000 T1600 $4.80000 S20.78 3cz3¢.00 15.00 b¢ 1450 54350.00 11 C..Swct V P C C Ennlrr auP 95 LF 312.00 $114000 $24 GO $28000 51e.25 $T7366D 720 Do 511850 51757.So 12 Adust venter Mnler to Old, 2 [A $?5000 $500.00 S260 Do 30000 TIED n0 $30000 $50.00 00.00 200.00 13 Remove Exabn P.C.C.Im mvomon� sDD bF SA 00 S2¢DG.DG qa OD 7240000 313.16 $7900.00 e.oc 32TA 00 T240000 1¢ Removcastln A.L.Favomrm 3100 3F S¢oo Etrz¢oD DD SA 00 S12 J0000 51.93 Sb D¢9.DD $¢o0 71? 7200 $620000 t5 RelocateElstm TmRC Sin 4 EA r000 71000 00 5250.00 51oo0.e0 $29G CC 11000.CO 75000 0000 $400.00 TOTAL ST9,17900 TOTAL S105620.00 TOTAL $78,531.00 TOTAL $79,120,00 TOTAL $98,"2.50 GRAND TOTAL $116,711.00 GRAND TOTAL 5131,1DO.00 GRAND TOTAL $150,825.60 GRAND TOTAL $119,715.00 GRAND TOTAL SIGI DDu.DO Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of 2 Department of Consumer Affairs Contractors State Lie ; ise hoard Contractor's License Detail - License # 462356 As 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(e&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 R&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. •�»Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number: 462356 _ _ _ Extract Date: 02/10/2009 .._ S J GRIGOLLA CONSTRUCTION CO INC� Business Information: 2639 SIENNA WAY LA VERNE, CA 91750 Business Phone Number: (909)596-6406 Entity: Corporation Issue Date: 09/04/1984 _ Reissue bate: 09/20/2006 Expire Date: 0 9/3 012 0 1 0 License Status: This license is current and active.All information below should be reviewed. CLASS•v` DESCRIPTION ------ Classifications: A GENERAL ENGINEERING.CONTRAC_TOR B GENERAL BUILDING CONTRACTOR ~JY4- _•.•..µ_- .CONTRACTOR'S BOND This license filed Contractor's Bond number 6073214 in the amount of$12,500 with the banding company SURETY COMPANY OF THE PACIFIC, Effective Date: 01/01/2007 Bonding: Cpntractor's Banding Hlstpry BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) STEVEN JESSE GRIGOLLA certified that he/she awns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 09/20/2006 This license has workers compensation insurance with the DEPARTMENT OF.INDUSTRIAL.RELATIONS hilp://www2.cslb.ca.gov/QnlineServici-s/CheckLicense/LicenseDi-tail.asp 2/10/2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 2 of Policy Number:4503-169 Effective Date. 04/15/2008 Workers'Compensation: Expire Date: None Workers'Compensation.His_tory_ Miscellaneous Information: DATE DESCRIPTION 09/20/2006 LICENSE REISSUED TO ANOTHER ENTITY Personnel listed on this license(current or disassociated)are listed on other licenses. Conditions of,U,se I Privacy_Policy Copyright C 2009 State of California http://www2.eslb.ca.gov/OiilineServices/CheckLicense/LicenseDetail.asp 2/10/2009 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST EINDAPP E: / �,�j OUNT City Project No: 6P ~h; C 6 -13 DATE Dates Published: 0_ - E Y ❑N ❑ Bid Date & Time: PROJECT: ,j SUCCESSFUL: 1. 6. _A pe lAeks. hl(. _ 2. 40nr&dt �. 7 � a. S g: �1J 4. s. T. a-L T.✓I L __ . 10. �3 dr nYath. aa INGOMPLETE�'SIRS.""', n' � r� on-respo.Ps)vp , 1NHy: ";,a *CONTRACTOR'!'#p"C'I(GRdt1ND CIiCIC; o9na:x. . Required? Y N © U.rrAcH a PEgt ) W ti\ OEM Affidavit of Non=Collusion Signed & Wtarizvd? Y ❑ Information requ red of bidder page-completed? Y VJ :N`❑ Type & Amount of Insurance Required: utrncn nreuara w@E,wr,sm)i • ". ., - j Contractors License No. Type(s) Status 91/40 No, of days to congplrste work Working Calendar s Estimated Stari Date:'. AM 24 Estimated Completion Date: q" No. of days in.,y,Vhich to execute contract after Notice of . Award (date City Glerk transmits contracts fone racution): r+' ,,Davis-Bacon 61hibitS,(Specify.£xhlbits,to be completed by Contractor?): - Any Addenda? .Y, ❑ Nr No. Addenda Signed by Contractor? Y ❑N ET_ a PERFORMANCE BOND,.- . /.Od, % PAYMENT BOND��a - 96 CORRECTION•REPAIR FROND +BID BONDS: BLANK BID SPECS. `"Puccessful Bind;gr,: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? ,.Y ❑ N ❑ Five (5) '.extra sets of bid Specifications for contract execution .,Unsuccessful Bidders; " CASHIER'S CHECKST Y ❑ N ❑ DEPOSITED IRT & A'? Y ❑ N ❑ Attached: Y ❑ N ❑ ° Which Contractor(SI: Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public.Contracts Government Code Sec. 2 OO Y � ❑ Labor Code 1777.5 Y � ❑ ,Labor Code 1776 Y l(d N ❑ California Standard Specifications EDITION Standard Specifications'for Public Works Construction EDITION r DATE: • BY: DEPT: . T PUBLIC WORKS_ .. . . - CONTRACTS BID' RESULT CHECKLIST E#_ E: �p ;,� � � OUNT City Project No:['�� g = DATE Dates Published: E Y ❑NO s Bid Date. & Time: �� PROJECT: SUCCESSFUL:, .7. 8. 4_ 9 5. 1 p. INWMPLETE 0168! ',"'_ on.responsnrel ""'I WHY: r µs+lp•;: M+' .k'y, CONTRACTO B'A'CKGROUND CHECK: . " ' � a ? � � �� Required. •ly (] N"t❑»'''" IArriallr"Re6illfaEo'� , I Affidavit of IJo' iCollusion Signed & NotariIII Y ❑ N ❑ r, , e 1. I 11 1 Information rB4tAt6d'bf'bidder page completed? Y © N ❑ - Type & Ampun of,j 'strance Required: ti IAtrwgi s st font, ml Contractors Lioense•N6., Type(s) .,Status No. of days to complete work Working CaleitlaY ' " Estimated�Starvl)ate:» Estimated Completion Date:` No. of days in which 10 execute contract after Notice of AWard (date Cii`"�i16 t ensmits contracts 1or 'xecu yvnl: , w..y.n Davis-Bacon 04l,t5 1$pocify Exhibits to" dlip c6*4ted by Contractor?) ;,,µ,,,,��;"y '::AnyAdderhda `: "° ' Y �1 N No; Addenda " " Signedby.COM or? Y CIN L ,... . "'BOND'S: • PERFORMANCE t;O b, '% PAYMENT BOND, % CORRECTION pEPAIR BOND 9(i ;BID BONDS: , BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) 'extra sets of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ET N ❑ DEPOSITED IN T & A? Y ❑ IN © Attached: Y ❑ N ❑ Which Contractor(sl: ❑,Provided Previously DO SPECS & AGREEMENT .FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y ❑ N ❑ Labor Code 1777.5 Y ❑ IN ❑ Labor Code 1'770 Y ❑ N ❑ California Standard specifications EDITION Standard Specifications for Public Works Construction "EU(TION DATE: BY: DEPT: I • • CITY OF PALM SPRINGS, CALIFORNIA • PUBLIC WORKS & ENGINEERING DEPARTMENT • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • • • SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: • • 2008/2009 SB 821 Project 0 FARRELL DRIVE & RAMON ROAD SIDEWALKS • CITY PROJECT NO. 08-12 & 08-13 • • IN THE CITY OF PALM SPRINGS • • November 2008 • • • 0 F ?ALA4 s • O � A'Pi . • U cn r �r0s�t�o • cq� FO CNN¢ • • • • • David J. Barakian, P.E-, City Engineer • • Bids Open- February 3, 2008 Dated,- November 19, 2008 • • • • • CITY PROJECT NO. 08-12 & 08-13 • • • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • QROFESS/p • Fa �,�15 4�V�! • ✓ y�VL f v� G • (/(� No.G57271 • Marcus L. Fuller * iZ[ iCq Assistant Director of Public Works/ C t. �P • Assistant City Engineer 9TFOfiCpvxw� • Civil Engineer C 57271 I I 7-C,I og • I� • • Approved by: • • • • David J. Barakian, P.E. • Director of Public Works/City Engineer • Civil Engineer C 28931 • • • • • • • • • • 2007/2008 ANNUAL SLURRY SEAL CITY PROJECT NO.07-18 • 11/19/08 SIGNATURE PAGE • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS • TABLE OF CONTENTS • • PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS • • Notice Inviting Bids . Instructions to Bidders • Bid Forms • Bid (Proposal) • Bid Schedule List of Subcontractors • 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 0 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" • Vicinity Map • City of Palm Springs Standard Drawings • Caltrans Standard Plans • * k* W W • • • 200812009 SO 821 PROJECT . CITY PROJECT NO.08-12&08.13 N/i g708 SPECIAL PROVISIONS GENERAL CONTENTS-PAGE 1 0 • • • CITY OF PALM SPRINGS • • • PUBLIC WORKS & ENGINEERING DEPARTMENT • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • 2008/2009 SB 821 PROJECTS • CITY PROJECT NO. 08-12 & 08-13 Notice Inviting Bids • Instructions to Bidders • • Bid Forms Bid (Proposal) • Bid Schedule • List of Subcontractors • Non-Collusion Affidavit S 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 • • wwwww • • • • • • • • • • • • • • 2003/200958821 PROJECT CITY PROJECT NO.08-12&08-13 • 11/19108 PART CONTENTSI PAGE • • • • • CITY OF PALM SPRINGS NOTICE INVITING BIDS 2008/2009 SB 821 PROJECTS ! City Project 08-12 & 08-13 ! • N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2008/2009 SB 821 PROJECTS, ! City Project 08-12 & 08-13, will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 3:00 P.M. on February 3, 2009, at which time they ! will be opened and read aloud. The Engineer's Estimate is $180,000, ! N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of new Portland cement concrete sidewalk, driveway approaches and access ramps; removal of existing asphalt concrete driveway approaches and miscellaneous improvements; adjustment • of water meter boxes and valves to grade; and all appurtenant work on the west side of Farrell • Drive from Amado Road to Alejo Road; and on the south side of Ramon Road from Indian . Canyon Drive to Grenfall Road. ! 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 on the basis of the total sum of Bid Schedules A and B, inclusive, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. ! N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid • Bond in the amount of 10 percent of the total bid price of the total sum of Bid Schedules A and B, inclusive, payable to the City of Palm Springs, • • N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period • of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid • Class "A" OR "C-8" 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- ! • 2008/2009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 NOTICE INVITING BIDS 11/19/08 PAGE 1 • • • • • N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of + payments due under the Contract Documents from time to time, without retention of any • portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. • N-9 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 $40.00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm • Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. • (c) An additional fee of $25.00 will be charged for sets of documents sent by UPS ground • delivery. Overnight, Federal Express, or other methods of delivery shall be the responsibility • of the Bidder. • 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 corner with the name and address of the Bidder and shall bear the words "Bid For._" followed by the title of the Project • and the date and hour of opening Bids. The certified or cashiers check or Bid Bond shall be enclosed in the same envelope with the Bid. • By Date 1 D� • David J. Barakian, PE • Director of Public Works/ . City Engineer City of Palm Springs • • • • • • • • • • • • • 200812000 SB 821 PROJECT • CITY PROJECT NO.08-12&08-13 NOTICE INVITING BIDS 11/19/08 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 Bidders 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 Bidders 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 200812009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 11/19/08 INSTRUCTIONS TO • 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 Bidders 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 w Contract Documents are sufficient in scope and detail to indicate and convey • understanding of all the terms and conditions for performance of the Work. • 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract • Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as • having received the Contract Documents. Questions received less than 5 days prior to • the date of opening Bids may not be answered. Only questions that have been resolved • by formal written Addenda will be binding. Oral and other interpretations or clarifications • will be without legal or contractual effect. • 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Band 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 2008/2009 SB 821 PROJECT • CITY PROJECT N0.08-12&08-13 INSTRUCTIONS TO 11/19/08 81UOER5-PAGE 2 • • a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and • Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions- In case of refusal or • failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond • as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming • substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the • City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been • finally executed. They will then be returned to the respective Bidders whose Bids they • accompany. • 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. • Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one • Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of • schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict • between the words and figures, the words shall govern. The envelope enclosing the • sealed bids shall be plainly marked in the upper left-hand corner with the name and • address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the • address where the bids are to be delivered or mailed to, and the date and hour of opening • of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL. OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid • is received in proper time. Bids will not be accepted after the appointed time for opening . of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in • the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and • failure to do so will render the Bid as non-responsive and may cause its rejection. In the • event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for • a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor • shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the • California Public Contract Code. In the event that there is more than one Bid Item in a • Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and • the total for the schedule will be corrected accordingly, and the Contractor shall be bound • by said correction, subject to the provisions of Section 5100 et seq. of the California • Public Contract Code. • 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are • supplied only to give an indication of the general scope of the Work; the City does not • 2008/2009 86 821 PROJECT CITY PROJECT No.08.12&08-13 INSTRUCTIONS TO • 11/19/08 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, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered. • • 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. • 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any • application for a substitute or "or-equal" item by the Contractor and consideration by the • Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. • 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based • primarily on the lowest overall cost to the City, and will be made to a responsive, . responsible Bidder whose Bid complies with all the requirements prescribed. Unless • otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of • the bidders. Unless otherwise indicated, a single award will not be made for less than all • 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 200 /2009 SB 821 P OJECT • CITY PROJECT NO-08-12?08-13 INSTRUCTIONS TO 11/19/08 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 • bidder's Bid Securities shall be likewise forfeited to the City. • 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and • execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of • Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor • from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts_ The amount of the reciprocal . preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. • . (b) For all contract Bids proposing sub-contractors: • (1) 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 . ("local sub-contractor"). • (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing • advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment. • (3) Any notice inviting Bids which may require the use of sub-contractors shall + include notification of this subdivision. (A) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. • - END OF INSTRUCTIONS TO BIDDERS - • • • • 2008/2009 SB 821 PROJECT CITY PROJECT NO.08.12&08.13 INSTRUCTIONS TO 11/19/08 • 8100ER5-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 iNon-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. • • • • • • • • • • • • • • • • • • 2008/2009 SB 821 PROJECT CITY PROJECT NO.08-12&08-13 • 11/19/08 COVER SHEET BID FORMS-PACE 1 • • • BID • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • • The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement • with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: • 2008/2009 SB 821 PROJECTS • CITY PROJECT NO. 08-12 & 08-13 • • Bidder accepts all of the terms and conditions of the Contract Documents, including without • limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. • • This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise • required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, • Performance Bond, and all Permits required by the Contract Documents. • • Bidder has examined copies of all the Contract Documents, including the following Addenda • (receipt of which is hereby acknowledged): • Number Date • * Number Date • Number Date • • Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, • the site, the locality where the Work is to be performed, the legal requirements (federal, state, • and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, • or performance of the Work, and has made such independent investigations as Bidder deems • necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: • 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. • • • • 2008/2009 5B 821 PROJECT • CITY PROJECT NO.08-12&08.13 BID AGREEMENT 11/19/08 BID FORMS-PAGE 2 • • • i To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid 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: • • Bidder: • • • By: . (Signature) • Title: • • • • • • • • • • • • • • s • 2008/2009 8B 821 PROJECT CITY PROJECT NO,08-12&08-13 BIO AGREEMENT 11/19/08 DID FORMS-PAGE 3 • • • • BID SCHEDULE A Schedule of Prices for the Construction of the: • 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 • Farrell Drive Sidewalk • Amado Road to Alejo Road • . Item Description Estimated Unit Unit Amount No. Quantity Price 1, Mobilization 1 LS $ • 2. Traffic Control 1 LS $ 3. Construct 4" P.C.C. Sidewalk 4,520 SF $ $ 4. Construct 6" P.C.C. Driveway 300 SF $ $ 5. Construct Type B Curb Ramp 1 EA $ $ • 6, Construct 6" P.C_C. Barrier Curb 80 LF $ $ 7, Construct 1' P.C.C_ Barrier Curb 100 LF $ $ 8. Construct 2' P.C.C. Barrier Curb 135 LF $ $ 9. Adjust Water Meter to Grade 8 FA $ $ • 10. Remove Existing P.C.C. Improvements 380 SF $ $ • 11. Remove Existing Tree 2 EA $ $ • Remove Existing Concrete Planters • 12. and Miscellaneous Improvements at 1 LS $ • 465 Farrell Drive • 13. Relocate Existing Traffic Sign 4 EA $ $ • 14. Relocate Existing Mailbox 2 EA $ $ TOTAL OF ALL ITEMS OF BID SCHEDULE A: • $ • (Price in figures) • • (Price in words) • • • • Name of Bidder or Finn • • 2008/2009 SB 821 PROJECT CITY PROJECT NO,08-12&08-13 • 11/19/08 BID SCHEDULE A -PAGE 81D FORMS-PAGE 4 • • • • • BID SCHEDULE B • Schedule of Prices for the Construction of the: • 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-13 • Ramon Road Sidewalk • Indian Canyon Drive to Grenfall Road • • Item Description Estimated Unit Unit Amount • No. Quantity Price • 1_ Mobilization 1 LS $ • 2. Traffic Control 1 LS $ • 3. Construct 4" P.C.C. Sidewalk 4,000 SF $ $ 4. Construct 6' P.C.C. Driveway 1,760 SF $ $ • 5. Construct Type A Curb Ramp 1 EA $ $ • 6. Construct Type B Curb Ramp 5 EA $ $ • 7. Construct Type C Curb Ramp 3 EA $ $ • S. Construct Curb Ramp, Case F 2 EA $ $ • • 9. Construct 2"A.C. Pavement 1,150 SF $ $ 10. Construct 6" P.C.C. Barrier Curb 300 LF $ $ • 11. Construct 1' P.C.C. Barrier Curb 95 LF $ $ 12. Adjust Water Meter to Grade 2 EA $Ile $ • 13. Remove Existing P:C_C. Improvements 600 SF $ $ 0 14. Remove Existing A.C. Pavement 3,100 SF $ $ • 15. Relocate Existing Traffic Sign 4 EA $ $ TOTAL OF ALL ITEMS OF BID SCHEDULE B: • $ • (Price in figures) • • (Price in words) • • • • Name of Bidder or Firm • • • 2008/2009 SB 821 PROJECT • CITY PROJECT NO.03-12&08-13 BID SCHEDULE B 11l19l08 BID FORMS-PAGE 5 • • • • . BID SCHEDULE SUMMARY • 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 • • TOTAL OF ALL ITEMS OF BID SCHEDULES A AND B (BASIS OF AWARD): (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 j . the deleted item of Work. • • • Name of Bidder or Firm • • • • • • • • • • • • • • • • • • 2008/2009 SS 821 PROJECT CITY PROJECT NO.08.12&08.13 • 11/19/08 81❑S BID SUMMARY [31D FORMS-PAGE 6 • • • • • 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. • • 8. • • • • • • • • 2008/2009 SB$21 PROJECT CITY PROJECT NO.08-12&08-13 • 11/19/08 LIST OF SUBCONTRACTORS • 610 FORMS-PAGE 7 • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID • • State of California ) • ) SS. . County of ) • • I, being first duly sworn, deposes and says that • he or she is of • the party making the foregoing Bid, that the Bid • is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not • collusive or sham; that the Bidder has not directly or indirectly induced or solicited any • other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or • that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid • price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public • body awarding the Contract of anyone interested in the proposed Contract; that all • statements contained in the Bid are true; and, further, that the Bidder has not, directly or • indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee • to any corporation, partnership, company, association, organization, bid depository, or to • any member or agent thereof, to effectuate a collusive or sham Bid. • • Bidder • • BY Title • Organization Address • • • • 2008/2009 SB 821 PROJECT • CITY PROJECT NO,08-12&08-13 NON-COLLUSION AFFIDAVIT 11/19108 BID FORMS-PAGE 8 • • • • • 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 • i • • . 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 • • • • • • • • • • • • 200812009 SB 821 PROJECT • CITY PROJECT NO,08-12&08-13 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 11/19108 BID FORMS-PAGE 9 • • • • • • 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: • 2008/2009 SB 821 PROJECTS • CITY PROJECT NO. 08-12 & 08-13 • NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and • in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a ' written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. . In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the • court. SIGNED AND SEALED, this day of 1200. • PRINCIPAL: • Check one:—individual,`partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, • President, or any Vice President; AND 13, Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • • signature • (NOTARIZED) • Print Name and Title' • By By • • signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: • 200812009 SB 821 PROJECT BID BOND(BID SECURITY FORM) • CITY PROJECT NO.08.12&08.13 BID FORMS-PAGE 10 . 11/19/08 • 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 • Surety Company • Telephone Numbers: Agent( ) Surety( ) • 5. Type of Firm (Individual, Partnership or Corporation): • • 6. Corporation organized under the laws of the State of: • • 7. List the names and addresses of the principal members of the firm or names and • titles of the principal officers of the corporation or firm, • • • • • • 2008/2009 SO 821 PROJECT • CITY PROJECT NO.08-12&08-13 BIDDER'S GENERAL INFORMATION 11/19/08 • BID FORMS-PAGE 11 • • • • • BIDDER'S GENERAL INFORMATION (Continued) • • 8. Number of years experience as a contractor in this specific type of construction • work: • • . 9. list at least three related projects completed to date: • a. Owner Address • Contact Class of Work • Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact_ Class of Work • Phone Contract Amount Project Date Completed Contact Person Telephone number • c. Owner Address • Contact Class of Work • Phone Contract Amount • Project Date Completed Contact Person Telephone number • • • 10. List the name and title of the person who will supervise full-time the proposed work for your firm: • • 11. Is full-time supervisor an employee contract services • 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be • required by the Engineer. • • 2008/2009 SB 821 PROJECT . CITY PROJECT NO.08-12&08-13 BIDDER'S GENERAL INFORMATION 11/19/08 BID FORMS-PAGE 12 • • • • • 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: • 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 The Work is generally described as follows: • • Construction of new Portland cement concrete sidewalk, driveway approaches and • access ramps; removal of existing asphalt concrete driveway approaches and . miscellaneous improvements; adjustment of water meter boxes and valves to grade; and all appurtenant work on the west side of Farrell Drive from Amado Road to Alejo Road; and on the south side of Ramon Road from Indian Canyon Drive to Grenfall Road. 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 $790 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_ • • 2003/2009 SB 821 PROJECT AGREEMENT FORM CITY PROJECT NO.08-12&08-13 AGREEMENT AND BONDS-PAGE 1 • 11/19/08 • • • 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. • 2008/2009 58 821 PROJECT AGREEMENT FORM CITY PROJECT N0.08-12&08-13 AGREEMENT AND BONDS-PAGE 2 • 11/19108 • • • • 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 • • • • • • • 2008/2009 SB 821 PROJECT AGREEMENT FORM • CITY PROJECT NO.08.12&08.13 AGREEMENT AND BONDS-PAGE 3 . 11/19/08 • • i Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any i Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant i Treasurer,or Chief Financial Officer. i CONTRACTOR Name: Check one:_Individual_Partnership_Corporation Address: • By: By: • Signature (notarized) Signature (notarized) • • Name: Name: • Title: Title: • (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief • Board, President or any Vice President) Financial Officer or any Assistant Treasurer) • State of ❑ State of ❑ i County of —[]as County of ❑ss • On On i before me, before me, i 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($) i 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(ie$), • and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the i 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 i instrument. instrument. • • 1 certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the • laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. . WITNESS my hand and official seal. WITNESS my hand and official seal. • Notary Signature: Notary Signature: Notary Seal: Notary Seal: • • • • i i 2008/2009 SB 821 PROJECT • CITY PROJECT NO.08-12&08-13 AGREEMENT FORM 11/19/08 AGREEMENT AND BONDS-PAGE 4 • • • • • • • • • • • • • • • • WORKER'S COMPENSATION CERTIFICATE • (AS REQUIRED BY SECTION 1861 • OF THE CALIFORNIA LABOR CODE) • • 1 am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's • compensation, or to undertake self-insurance in accordance with the • provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. • • Contractor • By Title • • • • • • • • • • 2008/2009 Se 821 PROJECT • CITY PROJECT NO.08-12&08-13 WORKER'S COMPENSATION CERTIFICATE 1 V19108 AGREEMENT AND BONDS-PAGE 5 • • • • PERFORMANCE BOND KNOW ALL MEN BY THESE. PRESENTS, • • That as Contractor, and as Surety, • are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the • County of Riverside, California, hereinafter called the"City," in the sum of: • dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement • with said City to perform the Work as specified or indicated in the Contract Documents entitled: • • 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 • . NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract • Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. • . PROVIDED, that any alterations in the Work to be done or the materials to be furnished, Or changes in the time Of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said • Contractor or said Surety, and notice Of such alterations or extensions of the Agreement is hereby waived by said Surety. • • SIGNED AND SEALED, this day of 200= CONTRACTOR: Check one: individual,_partnership, corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, • President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • • signature • (NOTARIZED) • Print Name and Title: • • • By By • • signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2008/2009 SB 821 PROJECT PERFORMANCE BOND • CITY PROJECT NO.08-12&08-13 AGREEMENT AND BONDS-PAGE 6 • 11/19/08 • • • • • 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: • 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 • 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. • • • 2008/2000 SS 821 PROJECT PAYMENT BOND CITY PROJECT NO.08.12&08.13 AGREEMENT AND BONDS-PAGE 7 11/19/08 • • • • • • CONTRACTOR: • Check one: individual, partnership, _corporation • (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or • Chief Financial Officer), By SURETY: signature (NOTARIZED) • Print Name and Title: • • • By By • • signature signature (NOTARIZED) (NOTARIZED) • • Print Name and Title: Print Name and Title: • • • • • • • • • • • • • • • • • • • • • • 2008/2009 SB 821 PROJECT PAYMENT BOND . CITY PROJECT NO,08-12&08-13 AGREEMENT AND BONDS-PAGE 8 11/19/08 • CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS MSTEO BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B e • D • TYPE OF WORK PERFORMED AND LOCATION . LIMITS OF LIABILITY IN THOUSANDS(x1000) TYPE OF INSURANCE POLICY NUMBER • EACH . OCCURRENCE AGGREGATE • COMPREHEN5IVE GENERAL LIABILITY • Including: ❑nn F3 QSION AND COLWaE BODILY INJURY 5 F . I_I UNDERGROUND DAMAGE PROPERTY DAMAGE 5 $ . ❑ PRODUCTSICOMPLETEO OPERATIONS or r❑T-TI CONTACTUAL INSURANCE L..I BROAD FORM PROPERTY DAMAGE • ❑ INDEPENDENTCONTRACTOPti BODILY INJURY AND PROPERTY ❑ PERSONAL INJURYDAMAGE COMBINED 5' $ . PERSONAL INJURY 5 . COMPREHENSIVE AUTOMOBILE UOOILY INJURY BIL LIAITY EACH PERSON 5 IDCIhtliOg: L'ACHACGIDENT 0 OWNED PROPERTY DAMAGE 5 • ❑ HIRED or • ❑ N011-OWNED I� DODILYINJURY LJ MOTORCARRIERAOT AND PROPERTY . DAMAGE COMBINED EXCESS LIABILITY BODILYINJURY Including AND PROPERTY DAMAGE COMBINED 5 . ElEMPLOYER'S LIABILITY • WORKER'S COMPENSATION STATUTORY and . EMPLOYER'S LIABILITY Including E- S FE ch ry ACCIDENT) . LJ LHARBOR WORKERS pNp HARBOR wORKERG . OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS . The undersigned certifier that he or she Is the reprecenlaliw of the above-named In9Ufence companies,that he or she has the sutherily to caccuto and Issue mis certdicale to Certificate Holder snd a¢ordmgly,does hereby certify on behalf of said Insurance companies that policic*of Insurance listed above have boon Issued to the Insured • named abovo and are In mrce sl the.Ume Notwithstanding any requirement,term,or condition of any contract or other document whit respect to which This certGcate maybe issued ar may pertain,the Insurance affardcd by the policies described hcrc,n is sub act to at the terms e0luswric and conditions of sun policies. Cock,*of the policies . shown will be furnished to the C.Mificsle Hgldcr upon request This Ccaficato does not amend extend oraltcrthe Coverage afforded by the pPlldos listed Csneellatian Should any of the above descnbed pollees be cancelled befom the arcplrellon date thereof,me irmng company will mall 30 day-writer,rQuo,to tho below-named ccrbficate holder NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • . BY—._ »,.e„,rw nuamurrTnrnc or Nww.nc�.w.w.,».=m.oPmivoi • 2008/2009 SB 821 PROJECT • CITY PROJECT NO.08.12&08-13 t i/19/08 CERTIFICATE OF INSURANCE . AGREEMENT AND BONDS-PAGE 9 • • • • • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II -- SPECIAL PROVISIONS • • 2008/2009 SB 821 PROJECTS • CITY PROJECT NO. 08-12 8. 08-13 • • 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 • • • h W Y fF • • • • • • • • • 2008/2009 SB 821 PROJECT PART II -- SPECIAL PROVISIONS CITY PROJECT NO.08-12 d 08.13 GENERAL CONTENTS- PAGE 1 • 11/19/08 • • • • • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • SPECIAL PROVISIONS • • 2008/2009 SB 821 PROJECTS • CITY PROJECT NO. 08-12 & 08-13 • SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS • 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 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 • ("Greenbook") and these Special Provisions, the Special Provisions shall take • precedence over, and be used in lieu of, such conflicting portions. • 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications, such work • shall conform to the referenced portions of the technical provisions only of said reference • specifications, provided, that wherever the term "Standard Specifications" is used without • the prefix "Caltrans," it shall mean the Standard Specifications for Public Works Construction ("Greenbook"), 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 0 Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. • 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be • the Director of Public Works/City Engineer, City of Palm Springs, Engineering • Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the Engineer may subsequently designate in writing to the Contractor. • 1-23 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. • • 2008/2009 SB 821 PROJECT TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.08.12&08.13 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • 11/19/08 • • • • • Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the • Project Representative may subsequently designate in writing to the Contractor. • 1-3 DEFINITIONS AND TERMS • 1-3.1 Definitions and Terms. Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the • County of Riverside, State of California. • Engineer - The Director'of Public Works/City Engineer of the City of Palm Springs, • California. • Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each • day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. . Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. • • Owner-The Owner shall be the'Agency, as defined above. • Working Day- A Working Day is defined as any day, except as follows.- (a) Saturdays, Sundays, and any designated legal holiday officially observed by • the City of Palm Springs. Designated legal holidays are: • New Year's Day (January 1) • Martin Luther King Jr. Day (January 21) • Lincoln's Birthday(February 12) • President's Day(Third Monday in February) Memorial Day (Last Monday in May) • Independence Day (July 4) • Labor Day (First Monday in September) • Veteran's Day (November 11) • Thanksgiving Day (Last Thursday in November) Day after Thanksgiving Day • Christmas Eve Day (December 24) Christmas Day (December 25) • • • • • 2008/2009 SB 821 PROJECT TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 11/19/08 • • • • • • 1 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 - • • • 1 • • • • • • • • • • • • • • 1 • • • • • • • • • • 200812009 SB 821 PROJECT TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO,08-12&08-13 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 • 11/19/08 • • • • • • SECTION 2 -- SCOPE AND CONTROL OF WORK • 2-1 GENERAL • • Particular attention is directed to the provisions of Section 6-1, "Construction Schedule • and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9, "Liquidated Damages" of the Standard Specifications. • • After the Contract has been approved by the City, and a written Notice to Proceed has . been issued to the Contractor, the Contractor shall start the Work within 10 working . days after the date specified in said Notice to Proceed. The work, if awarded to include Bid Schedules A and B, inclusive, 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. In the event one or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum • of the allowable working days specified for each of the Bid Schedules awarded, up to the maximum contract time allowed of 20 working days. • The Work identified in Bid Schedule A shall be diligently prosecuted to completion • before the expiration of: • . 10 WORKING DAYS from the date specified in the Notice to Proceed from the City. • The Work identified in Bid Schedule B shall be diligently prosecuted to completion . before the expiration of: • 10 WORKING DAYS • from the date specified in the Notice to Proceed from 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: 2008/2009 SB 821 PROJECT SCOPE AND CONTROL OF WORK • CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 2-PAGE 1 . 11/19108 • • • • "The Contractor shall ensure,that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding • Company thereby waives the right of special notification of any changes • or modifications of the Contract, or of extensions of time, or of decreased • or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." • 2-2.2 EXECUTION OF BONDS • Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) • one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties • and admitted surety insurers- If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the . bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. • • 2-3 PRECEDENCE OF CONTRACT DOCUMENTS • The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: • • In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: • 1. Change Orders or Work Change Directives . 2. Agreement 3. Addenda • 4. Contractor's Bid (Bid Forms) • 5. Special Provisions • & Notice Inviting Bids 7- Instructions to Bidders • 8. Plans (Contract,Drawings) • 9. Standard Plans • 10. Standard Specifications . 11. Reference Documents • With reference to the Drawings, the order of precedence shall be as follows: • 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3- Addenda or Change Order drawings govern over • Contract Drawings 4. Contract Drawings govern over Standard Drawings • 5. Contract Drawings govern over Shop Drawings • 2008/2009 SB 821 PROJECT SCOPE AND CONTROL OF WORK • CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 2-PAGE 2 11/19/08 • • • • • • • 2-4 SUBSURFACE DATA • Section 2-7 of the Standard Specifications shall be revised to read as follows: • • "2-7.1 Limited Reliance by Contractor. - Soils reports and other • reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE • NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and • drawings only where such "technical data" are specifically identified in the Special Provisions- Except for such reliance on such "technical data," the • Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: • 2-7.1.1. Completeness. - The completeness of such reports and • drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures . of construction to be employed by Contractor and safety precautions and programs incident thereto, or • • 2-7.1.2. Other Information. - Any other data, interpretations, • opinions, and information contained in such reports or shown or indicated • in such drawings, or • 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" . or any such data, interpretations, opinions or information." 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 corner 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 • 20081200$SB 821 PROJECT SCOPE AND CONTROL OF WORK CITY PROJECT N0.08-12&08-13 SPECIAL PROVISIONS-SECTION 2-PAGE 3 • 11/19/08 • • • • financially responsible for reinstalling the existing monument well, after resetting of the • disturbed monument. • 2-7 AUTHORITY OF THE ENGINEER • The Engineer will decide all conflicts which may arise as to (1) the quality or • acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of • the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the • Contract on the part of the Contractor, and (6) compensation of the Contractor. The . Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. • • 2-8 INSPECTION • The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall • be subject to the Engineer's inspection. I • When the Work is substantially completed, a representative of the Engineer will make • the final inspection. • 2-9 SITE EXAMINATION • The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not • limited to, all other matters which could in any way affect the Work or the 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 performing the Work according to the Contract Documents. 2-10 FLOW AND ACCEPTANCE OF WATER • • Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby • acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all • said risk. • - END OF SECTION - • • • • 200812009 5B 821 PROJECT SCOPE AND CONTROL OF WORK • CITY PROJECT NO.08.12&08-13 SPECIAL PROVISIONS-SECTION 2-PAGE 4 11/19/06 • • • • • • . 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 Contractor's costs and shall constitute the markup for all overhead and profit. • • 1) Labor 24 percent(includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent • 4) Other items and expenditures 15 percent • 5) Subcontracts (1 st tier only) 5 percent • 6)_ lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for • labor, one percent shall be added as compensation for bonding. • • 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. 2008/2009 58 821 PROJECT • CITY PROJECT N0.08-12&08-13 CHANGES IN WORK 11/19/08 SPECIAL PROVISIONS-SECTION 3-PAGE 1 • • • • • Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable • to such item of work include fixed costs, such fixed costs shall be deemed to • have been recovered by the Contractor by the payments made for 125 percent of • the Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be, excluded. Subject to the above provisions, such • actual unit cost will be determined by the Engineer in the same manner as if the • work were to be paid for as extra work as provided in Section 3-3.2 of the • Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed to by the Contractor and the City. • When the compensation payable for the number of units of an item of work • performed in excess of 125 percent of the Engineer's Estimate is less than • $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will • be made if requested in writing by the Contractor. • 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts, On unit price contracts, should the itotal pay quantity of any item of work required under the contract be less than'75 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 willl be as agreed to by the Contractor and the City; provided • however, that in no case shall the payment for such work be less than that which • would be made at the Contract Unit Price. • Such adjustment of the contract unit price will be the difference between the • contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs- • Such actual unit cost will be determined by the Engineer in the same manner as • if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such • adjustment as will be as agreed to by the Contractor and the City. • The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of • the Engineer's Estimate of the quantity for such item at the original Contract Unit • Price. • • 2008/2009 SIB 821 PROJECT CHANGES IN WORK • CITY PROJECT N0.08.12&08.13 SPECIAL PROVISIONS-SECTION 3-PAGE 2 11/19/08 • • • • • • 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 - • • • • • • • • • • • • • • • • • • • 2008/2000 SB 821 PROJECT CHANGES IN WORK CITY PROJECT NO.08-12&08-13 • 11/19/08 SPECIAL PROVISIONS-SECTION 3-PAGE 3 • • • SECTION 4-- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1-6 of the Standard . Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a S 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 - 2008/2009 SS$21 PROJECT• CONTROL OF MATERIgI�S CITY PROJECT NO.08-12&08-13 11l79l08 SPECIAL PROVISIONS-SECTION 4-PAGE 1 • • • • • SECTION 5 ... UTILITIES • 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the . provisions of Section 5-5, subparagraph 4, of the Standard Specifications: • "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. • S 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." • (b) Removal, Relocation, or Protection of Existing Utilities. - The following • provisions shall be added to the end of Section 5-5 of the Standard Specifications: • • • 2008/2009 SB 821 PROJECT UTILITIES CITY PROJECT NO.0$-12&08-13 SPECIAL PROVISIONS-SECTION 5-PAGE 1 • 11/19/08 • • • "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." • 5-2 UTILITY LOCATION AND PROTECTION • 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 Edson vaults, , General Telephone vaults, Southern California Gas Company valves, and other • subsurface structures shall be protected by the Contractor as specified in the Special Provisions. • • END OF SECTION - • • • • • • • • • • • • • • • • • • • • • 2008/2009 SS 821 PROJECT UTILITIES • CITY PROJECT N0.08-12&08.13 SPECIAL PROVISIONS-SECTION 5-PAGE 2 11119/08 • • • • • 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 VLRIZON 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 • WHITEWATLR MUTUAL • 2008l2009 SB 821 PROJECT PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 0-PAGE 1 • 11/19/08 • • • • • Attention: Mr. Stan Clark (760) 325-5880 • SPRINT • Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 • 6-4 EMERGENCY INFORMATION • The names, addresses, and telephone numbers of the Contractor, sub- • contractors, their owners, officers, and superintendents, shall be filed with the Engineer • at the Pre-Construction Conference_ • • END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • • • PROSECUTION,PROGRESS, • 200812009 SS 821 PROJECT AND ACCEPTANCE OF THE WORK • CITY PROJECT NO.08-12&08.13 SPECIAL PROVISIONS-SECTION 6-PAGE 2 11/19/08 . • • • • • • SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR • • 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: "The Contractor shall keep itself fully informed of all existing and future • State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the • Work, or the materials used in the Work, or which in any way affect the • conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same_ He or she • shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals • having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or . decree, whether by itself or its employees. If any discrepancy or • inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith- report the same to the • Engineer in writing." 7-2 Hours of Labor. -- Eight hours labor constitutes a legal day's work. The • Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The Contractor shall forfeit, as a . penalty to the City, $25.00 for each worker employed in the execution of the contract by • the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. - 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. . 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 portion thereof, for each-worker paid less than the prevailing rates as determined by the • Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. • 2008/2009 SB 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO 08-12&08-13 SPECIAL PROVISIONS-SECTION 7-PAGE 1 . 11/19/08 • 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 i answer the claim stated in such Stop Notice, and to provide for the reasonable cost of • any litigation thereunder, provided, that if the Engineer shall, in its discretion„ permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. • 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 i expense of the Contractor, securities equivalent to the amount withheld shall be • deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the • Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu Construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid • to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract i 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 i 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 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $375,000 or less, by the • Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an � amount which is disputed by the City, shall be processed in accordance with the i 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 i documentation supporting the claim, or relating to defenses or claims the City may have i against the Contractor. If the amount of the claim is less than $60,000, 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. i 200812009 SB 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.08-12 3 08-13 SPECIAL PROVISIONS-SECTION 7-PAGE 2 11/19/08 • • • • • • Unless further documentation is requested, the City shall respond to the claim within 45 • days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of • the claim is more than $50,000, but less than $375,000. If further documentation is • requested, the City shall respond within the same amount of time taken by the • Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than • $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, • whichever is greater. • If the Contractor disputes the City's response, or the City fails to respond, the Contractor • may demand an informal conference to meet and confer for settlement of the issues in ! dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. • If the meet and confer conference does not produce a satisfactory request, the ! Contractor may pursue the remedies authorized by law. • 7-8 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, 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- • 2008/2009 SB 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR ! CITY PROJECT NO-08-12&08.13 SPECIAL PROVISIONS-SECTION 7-PAGE 3 . 11/19/08 • • • 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 . 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 a manner 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, and shall, 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 ! 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. I • 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 ! 2008/2009 SB 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR ! CITY PROJECT NO.08 12&08-13 SPECIAL PROVISIONS-SECTION 7-PAGE 4 11/19/08 ! • • • • 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. • . 7-9 INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall • procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to • property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified • below: • * A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party • claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • include products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or-service provider in their scope of work or when they are • driven off-road on City property. Compliance with California law requiring auto • liability insurance is mandatory and cannot be waived. At a minimum this policy shall: • be written on a per occurrence basis; and • • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and • 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 anytime • 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. • . 2008/2009 SS 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 7-PAGE 5 . 11119/08 • • • 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 carrier meets all other standards and can satisfy surplus amounts equivalent to a • B+, Class VII rating. - ' 3. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. • D. Verification of Insurance Coverage • All individuals, contractors, agencies, and organizations conducting business for the • City shall provide proof of insurance by submitting one of the following:. (1) an approved General and/or Auto' Liability Endorsement Farm for the CitV of Palm Spring_s or (2) an acceptable Certificate of Liability Insurance Coverage with an • approved Additional Insured Endorsement with the following endorsements stated • on the certificate: • 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as it relates to a specific contract" or "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." 2008/2009 SS 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION T-PAGE 6 11/19/08 • • • • 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 Fmployer's Liability policies shall contain waiver of . subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. In addition to the endorsements listed above, the City of Palm Springs shall be • named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker . or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them. F. Acceptable Alternatives to Insurance Industry Certificates of,Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation M 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 F. Endorsement Language for Insurance Certificates • Example A: • THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN . CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN-EITHER EVENT, ANY OTHER INSURANCE • MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF • THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. 2008/2009 SB 821 PROJECT RESPONSIBILITIES OP THE CONTRACTOR CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 7-PAGE 7 . 11/19/08 • • • Example B: • SHOULD ANY OF THE ABOVEIREFERENCED POLICIES BE • CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE • ISSUING INSURER WILL FNIDEA OR--TO MAIL 30 DAYS" WRITTEN . NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN akJT- rAIL44RE T 4AA�-G -NQT CZ—&H I I I,MR��E nl l�wwl 1 71 1N-GR • L-IABI P:Y � Y vines^ UPnn�THURti«. ,ono i--T-�� -r �l-T.FY-9f RE RE-& l7n�n/E-S • *The broker/agent can include a qualifier stating "10 days notice for • nonpayment of premium." • Example C: • • IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES • THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. . G. Alternative Programs/Self-Insurance • Under certain circumstances, the City may accept risk financing mechanisms such • as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive • insurance programs and self-insurance programs as verification of insurance • coverage. These programs are subject to separate approval once the City has • reviewed the relevant audited financial statements and made a determination that • the program provides sufficient coverage to meet the City's requirements. • The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have , difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will • also provide auto insurance with the $1 million limit (only in conjunction with the • purchase of general liability insurance). SPARTA is only available during the time • your company is under contract with the City- . Insurance is provided on a per project basis and is overseen by the Municipality • Insurance Services, Inc. Essex Insurance Company provides coverage and is an • A++ rated company. There is a 24-hour response time and coverage is immediate- • A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. • • Type of work covered: • A. Personal services contracts; B. General contractors and their subcontractors (certain specialty trades excluded); • C. Consultants; and 200812009 SB 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO,08-12&08-13 SPECIAL PROVISIONS-SECTION 7-PAGE 8 11119/08 , • • • • 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. 7-10 PERMITS 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a • current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License • Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. 7-10.2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be . obtained from the office of the Engineer. 7-11 SITE CLEANUP . Throughout all phases of construction, including suspension of work, and until final . acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section 10-1.1 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. • All cleanup costs shall be absorbed in the Contractor's bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation . will be allowed therefor. - END OF SECTION - 2008/2009 SB 821 PROJECT RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO-08-12&08.13 SPECIAL PROVISIONS-SECTION 7-PACE 9 • 11/19M • • • • • • SECTION 8 - FACILITIES FOR AGENCY PERSONNEL • • • (BLANK) • • • - END OF SECTION - • • • • • 1 • • • • • • • • • • • • • • i • • • • • • i 2003/2009 SB 821 PROJECT FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.03.12&08.13 SPECIAL PROVISIONS-SECTION 8-PAGE 1 • 11/10/08 • • • • • • SECTION 9 - MEASUREMENT AND PAYMENT • 9-1 GENERAL • • 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further • specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, • operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions + for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and • including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of • Industrial Safety and the Occupational Safety and Health Administration of the U.S. • Department of Labor (OSHA). • No separate payment-will be made for any item that is not specifically set forth in the • Bid Sheet(s), and all costs 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 • liquidated damages. . Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests • shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men. for.all work and materials • included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section • 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien • for the Contractor's work, together with releases of lien from any subcontractor or • material-men. 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 • 2008/2009 SB 821 PROJECT MEASUREMENT AND PAYMENT CITY PROJECT NO.08.12&08.13 SPECIAL PROVISIONS-SECTION 9-PAGE 1 . 11/19/08 • • i 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 i general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right • after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. • 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 20 days following the Notice to Proceed. • Payment for Initial Mobilization will 'be paid at the lump sum bid item price 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 i Contract until ali Initial Mobilization items listed herein have been completed as i 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 i 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. ii 4. Arranging for, and erection of, the Contractors construction and storage yard per Section 7-10, "Public Convenience and Safety." i 5. Obtaining and paying for all required bonds, insurance, and permits. • 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 2008/2009 SB 821 PROJECT MEASUREMENT AND PAYMENT i CITY PROJECT NO.08.12&08-13 SPECIAL PROVISIONS-SECTION 9-PAGE 2 11/19/08 . • • • • • • 7. Having the Contractor's 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 - • • • • • • • • • • • • • • • • • • • • • • 2008/2009 SS 821 PROJECT MEASUREMENT AND PAYMENT CITY PROJECT NO.08-12&08-13 SPECIAL PROVISIONS-SECTION 9-PAGE 3 . 11/19/08 • • ! • ! SECTION 10 -- CONSTRUCTION DETAILS • 10-1 GENERAL ! 10-1.1 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The • Construction Plans shall be legibly marked showing each actual item of record construction including: • 1. Measured depths of elements in relation to fixed datum points. 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. • 3. Measured locations of internal utilities and appurtenances concealed in construction • with reference to visible and accessible features of construction. • 4. Field changes of dimensions, locations and/or materials with details as required to • clearly delineate the modifications. * 5. Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans. • • The Contractor shall maintain all record information daily and make this information • available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. 10-1.2 LOCATION OF THE WORK The proposed work is located on the west side of Farrell Drive from Amado Road to Alejo Road and on the south side of Ramon Road from Indian Canyon Drive to Grenfall • Road in Palm Springs. . 10-2 TRAFFIC CONTROL • 10-2.1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience ! and Safety," of the Standard Specifications. 10-2.2 Field Operations. - The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions- The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a ! week for the duration of the Work, regardless of whether the subject traffic control devices . were originally included in the Contract or were added at the discretion of the Engineer. • 'All traffic control devices shall be removed from view and non-operational when not in use. • 2008/2009 SB 821 PROJECT • CITY PROJECT NO.08-12&08-13 CONSTRUCTION DETAILS 11f19108 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • • • • 10-2.3 Construction Signing, - Lighting and Barricading - Construction Signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and • barricading shall be in accordance with State of California, Department of Transportation, "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2003 EDITION AS AMENDED BY MUTCD 2003 CALIFORNIA SUPPLEMENT", or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be ! an integral part of the Traffic Control',Plan. • 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be ! placed no more than 100 feet apart on each side of the street and at shorter intervals if • conditions warrant. The Contractor'shall provide the signs and will be responsible for • adding the dates and hours of closure to the signs. Removal of signs and furnishing and . placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. • ! 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the . property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the ! Engineer for approval prior to notifying property owners or occupants of affected • properties. ! 10-2.6 Traffic Disruptions. - For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a • minimum of 2 working days prior to the commencement of the Work- All warning signs ! shall be manufactured with high intensity faces and legends, and shall be placed at least ! 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt 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 • 2008l20N SB 821 PROJECT CITY PROJECT NO.08-12&08-13 CONSTRUCTION DETAILS . 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 2 • ! • • • • supplement any other traffic control requirements of the City, and are not intended to • replace any part of these requirements. Local access shall be maintained to all properties • fronting the Work at all times_ 10-2.9 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer • and the affected property owner. S10-2.10 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 Contractor's primary responsibility for safety at the site of the Work when the Contractor is not present, • the Engineer, at his option, after attempting to contact the Contractor, may 'direct City • forces to perform any functions he may deem necessary to ensure public safety at or in • the vicinity of the site of the Work. If such procedures are implemented, the Contractor • shall be responsible for all expenses incurred by the City. • 10-2.13 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 will be included in the lump sum Bid item for "Traffic Control", which price shall include full compensation for completion of all such work as required • hereunder, and no additional compensation will be allowed therefore. • • 10-3 EARTHWORK • 10-3.1 Clearing and Grubbing. - All clearing and grubbing shall conform to Sections • 300-1.1, 300 1.2, and 300-1.3 of the Standard Specifications. • • Clearing and grubbing shall consist of removing all existing objectionable natural . materials in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. • • Clearing and Grubbing shall also include, but not be limited to the following: • 1'. Removal of existing landscaping, including racks, boulders, bricks, walls, • concrete borders, gravel, shrubs, and plants (excluding trees). 2. Modification (or relocation) of decorative lights and irrigation improvements, • including removal, relocation and capping of irrigation lines and sprinklers. • • 200812009 SB 821 PROJECT • CITY PROJECT NO.08.12&08.13 CONSTRUCTION DETAILS 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • • • • • Special note: The plans identify most of the existing private landscaping and miscellaneous improvements within the work area at the time the plans were prepared_ It is the Contractor's responsibility to adequately cover any costs associated with • clearing and grubbing, and all miscellaneous removals within the work area, whether or not an item is clearly shown on .the plans_ Clearing and grubbing shall include all removals necessary to construct the improvements shown on the plans. • The Contractor shall be responsible for coordinating with the affected property owners prior to removal/relocation of existing landscaping improvements (including decorative • lights), and for appropriately adjusting, relocating, and capping private irrigation lines • and sprinklers. The contractor shall also. coordinate with the affected property owners prior to removal or trimming of existing trees within the right of way. All removals and • modifications to existing landscaping and irrigation improvements shall be performed by the Contractor to the satisfaction of the Engineer. New tree bubblers (two per tree) are required for the existing palm-trees located at 1035 • Ramon Road, as shown per details Sheet 3. The Contractor shall be required to • coordinate installation of the new tree bubblers and modification of the existing private • irrigation system with the affected property owner. • 10-3.1.1 Existing Facilities. - It shall be the Contractor's responsibility to protect all • existing improvements not designated for removal. Should the Contractor anticipate • removal of any sidewalk, handicap' ramps, Curbs, gutters, driveway approaches, trees, • hedges, oleanders, fences, walls; signs, water valves, irrigation system components and associated electrical service, etc_, that is not slated for removal as part of the Contract, • repair and replacement shall be at least equal to the existing improvements prior to such • damage, all in accordance with requirements of the Contract Documents. • The Contractor shall be.responsible for any and all damage done to existing property and • adjacent properties during all construction work under this contract, and the Contractor, at • its expense, shall make any repairs that result from its operations, to the approval of the • Engineer and the subject property owner. 10-3.1.2 Trees Within Project Limits • • 10-3.1.2.1 General, - The Contractor shall exercise all necessary precautions so as not to damage any trees or shrubs to be protected in place (as identified on the plans) and . shall not trim or remove any trees unless such trees have been approved for trimming or removal by the City. All existing trees and shrubs which are damaged during construction • shall be trimmed or replaced by thei Contractor or a certified tree company under permit • from the City and to the satisfaction of said property owner, and/or City. . 10-3.1.2.2 Replacement. - The Contractor shall immediately notify the property owner, • and the City, if any tree or shrub is damaged by its operations. If, in the opinion of the City • the damage is such that replacement is necessary, the Contractor shall replace the tree • at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the Contractor shall pay to the owner of said tree a compensatory 2008/2009 SB 821 PROJECT • CITY PROJECT NO.08-12&08-13 CONSTRUCTION DETAILS 11/19/06 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • 0 • • payment acceptable to the tree owner, subject to the approval of the City. The size of the • trees shall be not less than 1-inch diameter or less than 6 feet in height. Fines will be • assessed against the Contractor for trees removed without the City's prior written • approval_ The minimum amount of fine or restitution to the City will be the replacement of • the tree removed, with one of equal or greater size and maturity and as approved by the property owner and the City_ Larger fines may be assessed against the Contractor • depending upon the circumstances and type of tree removed. • • 10-3.1.3 Rights of Way. -The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission • line or cable, any fence; or any other structure, nor shall the Contractor enter upon the • rights-of-way involved until notified by the Engineer that the City has secured authority • therefore from the proper party. After authority has been obtained, the Contractor shall • give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise • protecting such improvements and for replacing same. •• Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm • drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations • under the Contract, unless other arrangements satisfactory to the Engineer are made with • the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or Cable. The Contractor shall be responsible for and shall repair all damage due to its • 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. • Approval of Repairs. - All repairs to damaged improvements are subject to inspection • and approval by an authorized representative of the improvement owner before being • concealed by backfill or other work. • 10-3.1.4 Payment. - Payment for Clearing and Grubbing shall be considered as included • in the contract prices paid for the related items of work and shall constitute full compensation for removal and disposal of all resulting materials as _required in the • Standard Specifications, these Special Provisions and as directed by the Engineer. • Payment for installation of new tree bubblers (two per tree) for the existing palm trees • located at 1035 Ramon Road, as shown per details Sheet 3, and for modification of the existing private irrigation system and all appurtenant work, shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore. • • • • 2008/2009 SIB B21 PROJECT • CITY PROJECT NO.08.12&08-13 CONSTRUCTION DETAILS 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 5 • • • • • 10-3.2 REMOVALS • 10-3.2.1 Disposal Siite. - The Contractor shall specify the route and the disposal site of • the material that is required to be removed and hauled away. The Contractor shall provide • this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. No burning of shrubs or other removal material will be allowed. 10-3.2.2 Asphalt Concrete. - Remove sections of asphalt concrete as shown on the plans. Asphalt pavement shall be neatly sawed in straight lines either parallel to the edge of pavement or at right angles to the alignment of the road. The depressed curb at the • existing driveways shall be protected in place. • 10-3.2.3 Portland Cement Concrete: Portland cement concrete improvements shall be removed to neatly sawed edges, with saw cuts made to a minimum depth of one-half the thickness of said concrete. Concrete pavement to be removed shall be neatly sawed in • straight lines, either parallel to the curb or at right angles to the alignment of the existing concrete flatwork. . 10-3.2.4 Concrete Planters and Miscellaneous Improvements: Located adjacent to 465 Farrell Drive are existing raised concrete planters and miscellaneous improvements. • The planters and miscellaneous improvements shall be completely removed from the right-of-way as necessary to facilitate construction of the improvements, including foundations. The two existing trees shall be trimmed and protected in place, as necessary to facilitate construction of the improvements and future access along the new • sidewalk. • 10-3.2.5 Trees: Existing trees within the area of the Work specifically identified for • removal on the plans shall be removed, including the portion of the tree abode and below • ground, and disposed of, as shown on the plans, and as directed by the Engineer. The • Contractor shall confirm with the Engineer, prior to removal, that the tree removal is required to facilitate construction of the improvements. If preservation of the tree is • possible, all effort should be made to protect the tree in place irregardless if the plans identify the tree for removal. • • 10-3.2.6 Payment • Payment for removal of asphalt concrete pavement shall be made at the unit price bid • per square foot for "Remove Existing A. C. Pavement", which price shall include full compensation for saw-cutting, removal, and disposal thereof, and no additional compensation will be allowed therefore. • Payment for removal of Portland cement concrete shall be made at the unit price bid per • square foot for 'Remove Existing P.C.C. Improvements", which price shall include full • compensation for saw-cutting, removal, and disposal thereof, and no additional . compensation will be allowed therefore. 2008/2009 SB 621 PROJECT CITY PROJECT NO.08-12&08-13 CONSTRUCTION DETAILS . 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 6 • • • • • • Payment for removal of concrete planters and miscellaneous improvements located at 465 Farrell Drive shall be made at the lump sum price bid for"Remove Existing Concrete • Planters and Miscellaneous Improvements at 465 Farrell Drive", which price shall • include full compensation for saw-cutting, removal, and disposal thereof, and no additional compensation will be allowed therefore. • • Payment for removal and disposal of existing trees shall be made at the unit price bid • per tree for "Remove Existing Tree", and no additional compensation shall be allowed therefore. li • • 10-3.3 UNCLASSIFIED EXCAVATION 10-3.3.1 Unclassified Excavation - Unclassified excavation shall consist of excavation of native material in excess of the proposed sidewalk and driveway sections, and any • removals not specifically listed as removal items in the Bid Schedule. • • The Contractor will coordinate his work with the property owners. At those locations where there is gravel along the curb, and the property owner wishes to reuse it, the • Contractor shall stockpile the gravel on the property, outside the work area, at a location • approved by the property owner. If there are rocks in the work area, the Contractor shall . relocate them next to the new sidewalk- Excavation shall be done in accordance with Section 300-2, "Unclassified Excavation" of • the Standard Specifications. • • 10-3.3.2 Payment. - Payment for unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation shall be allowed • therefore. • • 10-3.4 UNCLASSIFIED FILL • 10-3.4.1 Unclassified Fill. - The Work shall conform to Section 300-4, "Unclassified Fill" • of the Standard Specifications. However, the top 12 inches of subgrade and topsoil shall • have a minimum relative compaction of 90 percent. 10-3.4.2 Payment. - Payment for all unclassified fill shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. • • 10-4 ASPHALT CONCRETE • 10-4.1 Asphalt Concrete Pavement. Asphalt concrete pavement shall be laid in one lift • for 2" thickness, as required and indicated on the project drawing. The material shall 0 conform to type C2-AR4000 asphalt concrete pavement. Alternatively, upon approval by • the Engineer, performance grade (PG) asphalt binder may be used in lieu of Type • AR4000 asphalt binder, Asphalt binder meeting performance grade standards shall • 2008/2009 SI3 821 PROJECT • CITY PROJECT NO.08-12&08.13 CONSTRUCTION DETAILS 11/19108 SPECIAL PROVISIONS-SECTION 10-PAGE 7 • 0 comply with Specification Grade PG70-10, in accordance with Section 92 of the 2006 Caltrans Standard Specifications- The asphalt concrete pavement construction shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications. . 10-4.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. 10-4.3 Tack Coat. Tack coat shall be a SS-1h emulsified asphalt and it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for asphalt concrete, and no additional payment will be made therefore. 10-4.4 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5.5 "Distribution and Spreading" of the Standard Specifications. The asphalt concrete pavement shall be compacted to 95% of California Test 304. Because the • paving areas are small the use of self-propelled mechanical spreading and finishing machine requirement is waived. The Contractor shall propose the method of spreading and compacting at the preconstruction meeting for the Engineer's approval. 10-4.5 Payment. Payment for 2" asphalt concrete pavement shall be made at the unit price bid per square foot for "Construct 2" A.C. Pavement", and no additional compensation shall be allowed therefore- No separate payment will be made for asphalt or aggregate used in the asphalt concrete, i and all costs therefore shall be included in the price for asphalt concrete. Payment for asphalt concrete shall include full compensation for construction of asphalt a concrete including all[ material, labor, plant, equipment, furnishing all transportation, S hauling, spreading, compacting, and protecting, complete in place, and tack coat, in . accordance with the standard specifications and these special provisions. 10-5 PORTLAND CEMENT CONCRETE 10-5.1 Material. Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new sidewalk, driveway approach, barrier curb, and access ramp. Where class and type are not specified in the standard drawings or plans, Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for • construction. • 10-5.2 Sidewalk. Sidewalk material shall be Portland cement concrete of type 560-C- 3250 (6 Sack). Construction of sidewalk shall conform to the City of Palm Springs Standard Drawing Number 210. The Construction Plan indicates where sidewalk is to be i installed. Application details and other specifications not explicitly stated or shown in 2008/2009 S8 821 PROJECT • CITY PROJECT NO 08-12&08-13 CONSTRUCTION DETAILS • 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 8 • • • • • either the Standard Drawing or the Construction Plan shall conform to Section 303-5 of • the Standard Specifications. • • 10-5.3 Driveway Approaches. Construction of driveway approaches shall conform to • the Detail "B" shown on the Construction Plans. The details specified shall govern but, application details and other specifications not explicitly stated or shown on the • Construction Plans shall conform to Section 303-5 of the Standard Specifications. • 10-5.4 Access Ramp. Construction of access ramps shall conform to the City of Palm Springs Type "A", Type "B", or Type "C" Curb Ramp Detail Standard Drawings Number • 212, 213 and 214, and to the State of California Department of Transportation (Caltrans), 2006 Standard Plan A88A, Curb Ramp Details, Case F. The details specified in these • Standard Plans shall govern, but the Construction Plans shall be referred to for • application location details. ADA standards shall be referred to for other specifications not explicitly stated or shown on the Standard Plans. Also, construction material and • application details shall conform to Section 303-5 of the Standard Specifications. • • 10-5.5 Barrier Curb. Construction of 6", V, and 2' high barrier curbs at the locations shown on the drawings shall conform to the detail "A" shown on the Construction Plans. • The material shall be Portland cement concrete of type 560-C-3250 (6 Sack). • • 10-5.6 Curb and Gutter. Construction of new curb and gutter and roll curb transition • shall conform to the City of Palm Springs Standard Drawings Number 200 and 209. Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. • Curb and Gutter and 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 Drawing, shall conform to Section 303-5 of the Standard • Specifications. • 10-5.7 Adjust Existing Water Meters and Customer Control Valves. - The existing P.C.C. retainer ring, if any, shall be removed and replaced after the water meter box . frame and cover and customer control valve box frame and cover are adjusted to the new finished pavement grade per the Desert Water Agency's standard drawings and • specifications. • • 10-5.8 Vandalism. The Contractor shall be responsible for protecting all new Portland • cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-5.9 Payment. - Payment for construction of Portland Cement Concrete items will be based on the unit prices bid for the items shown in the bid schedules, for P.C.C. items • constructed complete in place as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer- • • 2008/2000 Ss$21 PROJECT CITY PROJECT NO-08-12&08-13 CONSTRUCTION DETAILS 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • • Payment for P.C.C. &dewalk per C.P.S. Std, Dwg. 210 shall be made at the unit price bid per square foot for"Construct 4" P.C.C. Sidewalk" and no additional compensation will be allowed therefore_ Payment for P.C.C. Driveway Approaches per Detail "B' as shown on Construction Plan No. 2 shall be made at the unit price bid per square foot for"Construct P.C.C. Driveway", and no additional compensation will be allowed therefore. 0 Payment for Access Ramps (per City of Palm Springs Std. Drawings 212, 213, and 214, • and Caltrans Standard Plan A88A, Case F), shall include horizontal saw-cut of existing . curb for the curb ramp depression and shall be made at the unit price bid per each ramp, and no additional compensation shall be allowed therefore. Payment for P.C.C. Barrier Curbs shall be made at the unit price bid per linear foot for "Construct 6" P.C.C. Barrier Curb", "Construct 1' P_C.C. Barrier Curb", and "Construct 2' high P.C.C. Barrier Curb" and no additional compensation will be allowed therefore. Payment for 6" Curb & Gutter and Roll Curb Transition per City of Palm Springs Std_ Drawings 200 and 209 shall considered as included in the contract prices paid for the . related items of work, and no additional compensation shall be allowed therefore. Payment for adjusting existing water meters and customer control valves to the finish 0 grade for new sidewalk shall be made at the unit price bid per each for "Adjust Water . Meter to Grade", and no additional compensation will be allowed therefore. Payment for P.C.C. items shall include full compensation for construction of P.C.C. items including all material, labor, plant, equipment, furnishing all transportation, hauling, . spreading, finishing, and protecting, complete in place, in accordance with the standard • specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, fumishing, and setting of expansion joint material, disposal of excess materials, and all other appurtenant . items for which separate payment is'not specifically provided in the-bid. 10-6 - SIGNAGE • 10-6.1 Sign Relocation. - The Contractor shall notify the Engineer 2 working days in advance of specific locations in which existing signs require removal and relocation due to construction. The Contractor shall relocate existing signs, posts, and sleeves per the 41 City's Standard Drawing Number 624, these Special Provisions and as directed by the Engineer. 1 10-6.2 Sign Post and Sleeve Installation. - Signs shall be relocated where shown on 0 the Drawings and as directed by the Engineer. Signs shall be re-installed using new telespar posts and anchor sleeves. Sign posts shall be 2-inches wide by 2-inches deep • and of sufficient length to extend from the top of the sign to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 feet of clearance between the 2008/2009 SB 821 PROJECT • CITY PROJECT NO.08-12&08-13 CONSTRUCTION DETAILS . 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 10 0 • • • • finished grade elevation and the bottom of the lowest sign. The anchor sleeve shall • extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2.1/4 • inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve • utilizing 2 "Unistrut", No. TL 3806, or equal, drive rivets at right angles to each other. • The Contractor shall attach signs to all posts using the drive rivets specified herein. • 10-6.3 Payment. Payment for traffic sign relocation and shall be made at the unit price bid per each sign for "Relocate Existing Sign", and no additional compensation • shall be allowed therefore. • 10-7 MISCELLANEOUS FACILITIES • • 10-7.1 Mailboxes - Mailboxes shall be removed and installed as shown on the plans, in • accordance with City of Palm Springs Standard Drawing No. 903. New posts and mailboxes shall be provided at each location- Old mailboxes and posts shall be disposed • of. New mailboxes shall be placed the same day that existing mailboxes are removed. • Access to the mailboxes for delivery and pick-up of mail shall be maintained at all times. Payment for mailbox relocation shall be made at the unit price bid for each mailbox, and shall include full compensation for all work specified in these Special Provisions, including • furnishing and installing the new mailboxes, posts, and disposing of old mailboxes and • posts. . - END OF SECTION - • • • • • • • • • • • • • • • • • • 2008/2009 SB 821 PROJECT • CITY PROJECT NO-08.12$08-13 CONSTRUCTION OETA148 11/19/08 SPECIAL PROVISIONS-SECTION 10-PAGE 11 • • • • • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART III -APPENDIX 2008/2009 SB 821 PROJECTS CITY PROJECT NO. 08-12 & 08-13 i Vicinity Map City of Palm Springs Standard Drawings: • - Std. Dwg. No. 200 - Curbs, Gutters, and Cross-Gutters • - Std. Dwg. No. 209 — Rolled Curb Transition Std. Dwg. No. 210 - Sidewalk Widths - Std. Dwg. No. 212 - Curb Ramp Detail-Type A - Std. Dwg.,No- 212-A - Curb Ramp —General Notes • - Std. Dwg. No. 213 •- Curb Ramp Detail-Type B - Std. Dwg. No. 214 - Curb Ramp Detail-Type C - Std. Dwg- No- 624 - Sign Installation • - Std. Dwg. No. 903 - Mailbox Installation Detail • • CALTRANS STANDARD PLAN: • • - Plan No. A88A— Curb Ramp Details, Case F. • • • • • • • • • • • • • 2008/2009 SS 821 PROJECT • CITY PROJECT NO,08-12&08-13 11/19/06 CONTENTS PART III • • • • • • pALk S d pF .o • DESERT —DRIVE VJ • NIGHLWD PAR!( LAS VEDAS RDRMIO RD. . T • O` Sua RAFAFi OR IF . �( FRANCIS DR. PMII uTRIn4u • �+`_ `i-�{I,` wl urwm awxlRY aue NSRIR h • AR0i1 RACQUET CLuS ROAD "RD 1 O R A neenlc "0°�'Y NOT TO SCALE • ti W . 111 NL y p r 10 �D • s CHINO ROAD 111 YIS1'A CHIIIO ROAD _ o n s - Is � tlW RR ucrlEvnM rso :\ \ • — • NRA nr TAMARISK RD. \\ `s P. • > ALCJD RDA➢ # ALEJ0 ROav W • AMADO ROAD e i AMA➢0 ROAD aTM N P SPRING$ ti ti u� �+ ERNa NRPORT yTAHOUITZ CANYON WAY LJa I \♦ • 3 � 1 \ ^ W Puy . $ aqm RARISTO ROAD � PAlllPl'.QI�R RDA➢ NLS PRAT LEFT. J] 1 • — xlRY plfR]OE ttltlTl 4 I 1 � ON yy x CWRTIWuT� RAMDN ROAD �i I � w Y • ' # o wxNY ouHE9 ROA wp SONNY DON RD. • uNl LGR]Ro RR. p f W PNL • uI50.11E AS£ �' d ' Rm c• MESQUITE COLF CCuREE O phu S�cW TFN lu RTS . 50NORA ROAD q PNY SPNICS O �4 x EAST PALM CANYON DRIVE P.WI.'iRNW CaF=8 HaIY • a • t}�/177 7�Y�t� 'r A 7 111' • "Y 11/11�111 1 lYl.f�.� eq�pacu C4N" Off `' 04 . O FARRELL DRIVE SIDEWALK 111 • O RAMON ROAD SIDEWALK • • • • • NO. REVISIONS APPROVED DATE • • 6 1 1/2" 6' 2„ lR= 1/2' R- 1/2" • " - A.C. PAVEMENT, L. a 1/4" LIP (TYP) • A.C. PAVEMENT ':° •_ RR-1/2' - r'7 1/2' . • Al A2 A3 A.C. PAVEMENT . 6" 24' 6" 12' v I' • z / Fq 11/2' R=, 2" I . N /2 `° 1/4m LIP (TYP) I-- �:� R=1 v� • R=1/2' ONSITE ONLY ONSITE ONLY A4 A.C. PAVEMENT B 1 B2 • • 24' 3 3 SLOPE 1/2 SLOPE N 11"R y ••r. FLOVNNE ._s:-. .. .. . • , ^ FL GUTTER 6 CROSSGUTTER—SECONDARY THOROUGHFARE 1/2" FIBER EXPAN51ON JOINT • Cl - END OF CURB D1 • • 4' 2" • SLOPE 1/2" SLOPE 8 • 8, - • 8' CROSSGUTTER—MAJOR THOROUGHFARE 'El D2 A.C. PAVEMENT • NOTES: 1- TYPES Al, A2 AND E1 ARE BARRIER CURBS. • 2. TYPES A,B,C AND D ARE CONSTRUCTED OF CLASS 560—C-3250 PORTLAND CEMENT CONCRETE. . 3. TYPE E1 IS CONSTRUCTED OF TYPE D2—AR8000 ASPHALT CONCRETE. 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS, 6. EDGE OF A.C. PAVEMENT SHALL BE INSTALLED 1/4" ABOVE LIP OF GUTTER. • 7. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4 OF STANDARD SPECIFICATIONS FOR • PUBLIC WORKS CONSTRUCTION. SCORING SHALL BE DONE EVERY 5 FEET MAXIMUM WITH 1" DEEP WEAKENED PLANE JOINTS PROVIDED EVERY 10 FEET. • CITY OF PALM SPRINGS ffAPPROVED.," DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 2 9 1 R.C.E. CURBS, GUTTERS, AND F- FILE NO. STANDARDS CROSS-GUTTERS F DWG. NO. 200 • • • NO_ REVISIONS APPROVED DATE • • • • • • 5 "tFLP�S\A`pc� CURB AND GLITTER • • • MAINTAIN FLOWLINE GRADE • ISOMETRIC VIEW ROLL CUR13 • . MIN. 5' TRANSITION • ROLL BACK OF CURB SECTION • •LIP OF---J FLOWLNE WEN NED • GUTTER GRADE JOINT (TYP_) • PLAN VIEW • • • NOTES. • 1. CURB SHALL BE CONSTRUCTED WITH CLASS 560—C-3250 PORTLAND CEMENT CONCRETE IN ACCORDANCE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. • 2. SEE C.P.S. STO. DWG_ 200 FOR CURB DETAILS; ROLL CURB NOT ALLOWED FOR NEW CONSTRUCTION. • CITY OF PALM SPRINGS APPROVE " DATE: tit PUBLIC WORKS & ENGINEERING DEPARTMENT 8931 CITY ENGIrltMR R.C.E. • ROLL CURB TRANSITION DRAWN BY: GF.F. FILE NO. STANDARDS • CHECKED BY: M.L.F. DWG. NO. 209 • Z 0 r n � R ZONE C.E.D. - FACE OF CURB TO PROPERTY LINE ZONES R-2 THRU S. C. AND M - 8' ZONE R-1 - 5' A.C. PAVEMENT 4' MIN. SIDEWALK SLOPE = 1/4" 1' Z HILLSIDE STREETS 2 Z71 z 0 � FOR FINISH SEE SECTION N �] 1303-5.5 OF THE STD, SPECS. SIDEWALKS SHALL BE CONSTRUCTED USING 4" THICK p CURB & GUTTER FOR PUBLIC WORK CONSTRUCTION CLASS 5606-C-3250 PORTLAND CEMENT CONCRETE Z x a z SEE C.P.S. STD. DWG. 200 LATEST EDITION. (A x i Z NOTES: n � w 1, FOR EXPANSION JOINTS SEE SECTION 303-5.4.2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC o n D WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR 1" DEEP WEAKENED PLANE JOINTS m y � m n n SHALL BE 10 FEET. x 0 = m Sc 2. DECORATIVE SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER a Z THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, m :c G) rno LATEST EDITION, AND ARE APPROVED BY THE PLANNING COMMISSION. 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO C +r+ PROPERTY LINE. z 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB TO PROPERTY LINE i o m 5. SIDEWALKS IN EXCESS OF 5 X SLOPE, SHALL HAVE A MIN. 6' X 6' LANDING AREA EVERY 400' AT A 2% SLOPE. y t. O S. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. 70 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL HE RENEWED BY THE DEVELOPMENT 0 0 o j c COMMITTEE. G S. SEE ALSO BIKEWAY REQUIREMENTS. COLORED CONCRETE IS REQUIRED FOR SIDEWALKS ALONG � DESIGNATED STREETS. i 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. iV D A ➢ m I.., NO, REVISIONS APPROVED DATE SACK OF EXISTING SIDEWALK APPROX. 3/4- 1/4- • PROPERTY LINE (P.L.) GROOVING DETAIL. EXIST. CURB AND GUTTER (OR MONOLITHIC CROSS-GUTTER) BORDER - SEE NOTE NO-3 OF STD- DWG- NO. 212-A 4" OVERCUT 167" TO 235" -45" a • @ @ 12. (TyP-) @ @ @ @ • ILI EXISTING P.C.C. z SIDEWALK TRUNCATED DOMES REQUIRED RAISED TRUNCATED • SEE NOTE NO-4 OF ETD. DWG- NO. 212-A DOME PATTERN 10% MAX- AT CURB (TYP) SEE NOTE NO.8 OF STD. DWG. NO. 212-A • FACE OF CURB 12" OF GROOVES TRUNCATED (TYP-) DOMES EXIST P.C.C. SIDEWALK I OX MAX. • 4'(TYFI,) SECTION A-A • P-L. TOP OF RAMP (ROUNDED) MIN- EXIST- P.C.C. SIDEWALK EXIST. P.C.C. CURB AND 12* OF GROOVES GUTTER (OR MONOLITHIC CROSSOUTTER) 2% MAX.« &33X MAX MATCH EXISTING P.C.C. GUTTER 7 (6- MIN. THICKNESS) SECTION B-B 4' ovERcuT NOTES: • 1. P.C. CONC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (6 SACK)- 2, SEE C.P,S- STANDARD DRAWNG 212-A FOR GENERAL NOTES. N-T•S• CITY OF PALM SPRINGS APPROVED: DATE: 1(fqLtl� PUBLIC WORKS & ENGINEERING DEPARTMENT r�m 129931 CITY ENGINEERv R.C-E- CURB RAMP DETAIL - TYPE A DRAWN BY. 01717 FILE NO- STANDARD— CHECKED BY-- M.L.F. DWG. NO. 212--1 • • N0. REVISIONS APPROVED DATE • • • GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' • PLATFORM (LANDING), THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS • SHOWN ON DRAWING NO. 213. 3. RAMPS SHALL HAVE A 12-INCH WIDE BORDER WITH 1/4-INCH GROOVES APPROXIMATELY 3/4 INCH • ON CENTERS (SEE GROOVING DETAIL ON DRAWING NO. 212). • 4. CURB RAMPS SHALL HAVE A DETECTABLE WARNING SURFACE (TRUNCATED DOMES) THAT EXTENDS THE FULL WIDTH OF THE RAMP AND 3'-0" DEPTH OF THE RAMP_ DETECTABLE WARNING SURFACES • SHALL CONFORM TO THE DETAILS ON DRAWING NO. 212_ DETECTABLE WARNING SURFACES SHALL BE CONSTRUCTED UTILIZING A SINGLE PIECE, CAST-IN-PLACE PREFABRICATED WARNING DEVICE. • 5. THE EDGE OF DETECTABLE WARNING SURFACE NEAR THE STREET SHALL BE BETWEEN 6' AND B" • FROM THE GUTTER FLOWLINE. . 6_ SIDE FLARE SLOPE (FOR TYPE A AND C RAMPS) VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP. EXCEPT TYPE B (DRAWING NO. 213) • 7. TRANSITION FROM RAMPS AND LANDING TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND • FREE OF ABRUPT CHANGES. • 8. RAMPS IN CURB RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETURN, UNLESS OTHERWISE DIRECTED BY THE CITY ENGINEER. • 9. EXISTING CURB FACE HEIGHTS, SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM RAMP SLOPES SHALL CONTROL • FINAL HORIZONTAL DIMENSIONS. 10. RAMPS SHALL BE MARKED IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY • ENGINEER PRIOR TO SAW CUTTING. • 11. THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE OR ADJUST TO GRADE ANY UTILITY PULL BOXES, MANHOLES, • VAULTS, AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE RAMP. 12- THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY HIM TO EXISTING • UTILITIES OR IRRIGATION LINES. • 13. MAXIMUM SLOPES OF ADJOINING GUTTERS, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP OR ACCESSIBLE ROUTE SHALL NOT EXCEED 5 PERCENT WITHIN 4' OF THE TOP • AND BOTTOM OF THE CURB RAMP. . 14. THE DETAILS SHOWN IN STD. DWG_ NO- 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE SITUATION EXISTS. WHERE STREET GRADES SLOPE, STRICT ADHERENCE TO THE • MAXIMUM SIDE FLARE SLOPE OF 10 PERCENT MAY NOT BE POSSIBLE TO ACHIEVE. IN SUCH CASES, THE SIDE FLARES WILL BE PERMITTED TO VARY DEPENDING UPON CURB GRADE- THE FOLLOWING TABLE LISTS THE APPROXIMATE SIDE FLARE DIMENSIONS CORRESPONDING TO INCREASING CURB GRADES (FOR 6-INCH AND 8-INCH CURB HEIGHTS) IN ADHERENCE TO • A.D.A. MAXIMUM ALLOWABLE SLOPES. SIDE FLARES IN EXCESS OF 20 FEET WILL NOT BE REQUIRED. • • CURB GRADE 6-INCH CURBS 8-INCH CURBS DOWNHILL SIDE UPHILL SIDE DOWNHILL SIDE UPHILL SIDE • 0 (LEVEL) 4.0 FT, 4.0 FT. 5.0 FT. 5.0 FT. • 2 PERCENT 4.D FT, 4.4 FT. 5.0 FE 6.0 FT. • 4 PERCENT 4.0 FT. 5.4 FT. 4.0 F7. 7.4 FT- 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT_ • 8 PERCENT 4.0 FT. 10.2 FT. 4.0 FT. 13.9 FT. • 10 PERCENT 4.0 Ft 18.3 FT. 4.0 FT. 20.0 FT. • 12 PERCENT 4.0 FT_ 20.2 FT. 4.0 FT. 20.0 FT. • • CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT ar 28981. • CITY ENGINEER R.C_E_ • CURB RAMP - GENERAL NOTES DRAWN BY: G.F_F_ FILE N0, STANDARDS • CHECKED BY: M I_F DWG. NO. 2 1 2-A • • • NO. REVISIONS APPROVED DATE • • • . VARIABLE HEIGHT RETAINING CURB, 5,M,_IN. IF NECESSARY AT EDGE OF SIDEWALK • B • 2% MAX . X x C 12" (TYP,) • 8.33% MAX. EXISTING P.C.C. 6E N 12-INCH WIDE BORDER • SIDEWALK 8.33% MAX. SEE NOTE N0.3 OF SEE NOTE NO.2 OF STD. DWG. 212-A • STD. DWG, 212-A A n EXIST. CURB AND GUTTER (OR MONOLITHIC CROSS-GUTTER) '--�FACE OF CURB . A" OVERCUT TRUNCATED DOMES • SEE NOTE NO.4 OF STD. DWG. 212-A • EXISTING CROSSWALK • APPROX. 3/4" • EXIST. PCC SIDEWALK • 12-INCH WIDE BORDER GROOVING DETAIL TOP OF VARIABLE HEIGHT RETAINING CURB (IF NECESSARY) . f5,33% MAX -� • 1.67" TO 2.35' 0.45' --- - -- • 4' (.n,P) 5'~MIN. Q Q Q ! p a p O SECTION A-A a • PL EXIST. P.C.C. CURB AND • EXIST. PCC SIDEWALK ///��� GUTTER (OR MONOLITHIC RAISED PATTERNTRUNCATED I �CRo$$GUTTER) • DOME PATTERN �— — — -- —I� 2% MAX. • 4" OVERCUT- l F-�— MATCH EXISTING VARIABLE HEIGHT RETAINING P.C.C. GUTTER CURB, IF NECESSARY NOTES: SECTION B—B (6" MIN. THICKNESS) • 1- SEE CITY OF PALM SPRINGS STANDARD DRAWING 212-A FOR GENERAL NOTES 2- P.C. CONCRETE SHALL BE MINIMUM 560-C-3250 CONCRETE (6 SACK) IN ACCORDANCE W9TH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2006 EDITION, • N.T.S. • CITY OF PALM SPRINGS APPROVED: DATE: 3 �� • PUBLIC WORKS & ENGINEERING DEPARTMENT 28931 CITY ENGINEER R.c.E. • CURD RAMP DETAIL - TYPE B DRAWN BY: G.F.F. FILE NO. STANDARDS • CHECKED BY: M.L.F. DWG. NO. F 213 ENSED 200] • • • NO. REVISIONS APPROVED DATE • • 12' MIN. RADIUS MATCH EXIST- CURB TRUNCATED DOMES REQUIRED SEE NOTE NO.4 OF STD. DWG. NO.212-A VARIABLE HEIGHT RETAINING CURB AT EDGE OF SIDEWALK4' MIN- � 3. 45' 0.5' MIN. • 4 • ... .................. ............ .X. .......... ...• ....... 12' SEE NOTE 3r. C.P,S, • ........... 8.339 MAX. STD- DWG- 212-A ... ......... A A • 4" OVERCUT • EXISTING P C.C. CURB AND 90 GUTTER OR MONOLITHIC • CROSS-CUTTER (TYP.) 10% MAX. • AT CURB NEW P C SIDEWALK • (INCLUDED IN BID PRICE FOR RAM CLOSEST EXISTING FACE OF CURB JOINT IN SIDEWALK • VARIABLE HEIGHT RETAINING CURB. IF NECESSARY TOP OF RAMP NEW SIDEWALK • (ROUNDED) 4' MIN. EXIST. P.C.C. CURB AND 12" OF GROOVES • GUTTZR (OR MONOLITHIC CROSSCUTTER) 27 MAX. MATCH EXIST, MAX.• SIDEWALK • T-1 MATCH EXIST. P.C.C. 4" OVERCUT SECTION A-A GUTTER (6- MIN. • THICKNESS) • 1.67" TO 2.35' 045" APPROX. 3/4 @) • —In @ @ @ RAISED TRUNCATED DOME PATTERN GROOVING DETAIL NOTES: 1, SEE C.P.S. STD. DWG. 212-A FOR GENERAL NOTES- 2. P.C. CONCRETE SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE • STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2006 EDITION (6 SACK), • CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT m8931 • CITY ENGINEEW R-C-E- • CURB RAMP DETAIL - TYPE C DRAWN BY_ G,F,F, FILE NO. STANDARDS • CHECKED BY: M,L.F. DWG. NO- RQVISED 2007 214 • • NO- REVISIONS APPROVED DATE • • • • • • REGULATORY, WARNING OR GUIDE SIGN .080 GAUGE ALUM. SIGN • WITH HI-INTENSITY LETTERS AND BACKGROUND COVERED WITH 3M 1150 GRAFFITI • PROOF OVERLAY • SIGNS SHALL BE ATTACHED TO POST UTILIZING TWO UNISTRUT 86` • DRIVE RIVETS NO- TL 3808. N 900 • 2' X 2' X 0.12 GAUGE TELESPAR w • POST OF SUFFICIENT LENGTH TO _ a EXTEND FROM TOP OF SIGN TO 7" INTO SLEEVE AND PROVIDE x • 7' OF CLEARANCE. ¢ m w � o • Y� U • IF 5/W > 5' m o • U Q � m 72" PLAN VIEW IF S/W [ 5' • OR S/W = 5' EXIST. F.S. . FACE OF CURB 2^ • - o SEE DETAIL "o • ° BELOW ,ll • FRONT ELEVATION i � • �'�FACE OF SIGN • 2-1/4" x 2--1/4" x 30" 2 1/4" • TELESPAR SLEEVE PER POLE . F ABOVE THE EXISTING SURFACE- 0 SURFACE. • o EXISTING SURFACE `,� 90' aa" • ° • POST INSTALLATION DETAIL SIDE ELEVATION • • • CITY OF PALM SPRINGS APPROVED: DATE: 28931 PUBLIC WORKS & ENGINEERING DEPARTMENT Aw • CITY ENGINE R.C.E. • SIGN INSTALLATION DRAWN 6Y: G.F.F_ FILE NO. STANDARDS • CHECKED BY: M.LF. DWG. NO. 624 • • • NO. REVISIONS APPROVED DATE • • • • • • • BACK OF CURB LINE • MAILBOX MIN, 4' CLEAR FACE OF MAIL BOX • • I • MAIL BOX POST. 4"X4" WOOD OR 2 1/2" DIA. G. I. PIPE SIDEWALK OR EXISTING GROUND TOP OF CURB AC PAVEMENT a • 3250 P.S.I. CONCRETE FOOTING �- 9" MIN �---- • NOTE: • MAILBOX SHOULD BE VERTICAL • • CITY OF PALM SPRINGS APPROVED: DATE: r _ PUBLIC WORKS & ENGINEERING DEPARTMENT 2893 • CITY ENGINEER R.C.E. . DRAWN BY: G.F.F. FILE NO, STANDARDS MAILBOX INSTALLATION bETATL CHECKED SY: M.L.F. DWG. NO. 903 • • pg n a aew in inp curd �I�l �e rpl,al.g taro it 51� ne edus of em h ol ere 11•¢IFr n� n 0' sl see u a tl sic++]I% 1 , �, op . sm r,a,elal [ w, Bare r i ;I u]x 3 `� T__—i rrenl - T� ,Y[a 2x,V $i°'crOlN BOfe 0 o O • ,u Yc% 4, 2006 nl R Imo'+ a T.of r d.]]Y; a°_rnrN � ill See N]x + • Yox ci.�uau>i iv i'v:i�r•re RAISED TRUNCATED DOiIE sp x 1 e o e 1 M NOTES: Y ,° �;F awro € rrom r.m goy a. sane 1 I. s es a cpna lu one alcml a,1161 • Inrousn Ca•• c cl,rp r nos a aa. a]a. or a! 5lcsralk _ e ilofes s E rI_ arnr Inarollalimu: Imllor to IMsa eMYn In Oafail 4 on, ""3 ciaero lh CASE f. 10°na N1olf B, iA m•e or wrE rsps os[tl m Oe loll 4 ao r e Tare to n CASE pe s- Cosa[m bca]a code G q rc Gs elu nc1 t.una a mG 61tt% ccc a °. c I. cc"Wons °O re w`r� OnorII °r xd rb c1 2, I( a'a rc.]Ce pf6n CYVD 10 G[Ck of eiCerLlh i5 }ca¢M•I IO Sr[arulR L'F .-car rp ccO P-O'aollom Ion01 ng1 p s:n+n In Caza If CR5E A 2x $iC.Mlk SLN fiGvolF rt a Le O•Pfeaa O lo]gi luQif°Ily ps in CP•a B. Cf C CASE B S•_ �d_ e I erpm mac N.. IY=v = J_r a mry 0. .iran.., a In Casa D. mil} r:gle t� =�= Of e.Eer Ik a}e 1 � EIYm 5 �r IOx Lcx 5. +.Yn r6np li IEG]raE i., ClMar of rp r]IR .tire wnr�gwal ma m¢s1 Le .m ucr 1. 111 el," rorG Pa.II a. N am 'fl Y yL 2y $ICir]IN J Syp 6- e°qs 01 ¢. 15 ai1 Gon61 i°na Eel al5'IM red ofninq wrp siC o]] II'a tlor.Q f Sea N°1.1 I N T Se! Cp _ a06r01k Slaa p( 1ee C[la C fen ell De COnarrtClaa ,n r!r: O �C rro I a . •m cm Iten. ice IQ a yea 11 'ra y Abla i geIErtIM 5. If 10[OI!a [n a u re 1r. SCS °f rr r 'cr. r e 10% Y % —�''4 J J ^�: Elapa`[f1n _ i � b+l IM nin rtun crlLfli ar 1. run] am il pl e.n p n]1 ba G°'a 41 e1, r n ' 7! F—hI o curb c�J �5�: �prtpl° n .gki -N- E. side alwe or cane rlorn i u,fr.rnly (ron a of ms m .j 1 % 10:C LtY wrb to onr' rn on IILt rNI of CeYelk elope A % a earn IN i S eLrD e.a.gin e. Ime r',axe.pf in Casa C oo Case F. [ fa:enr ro top pr a [` 4 a 1 a nazaE Pe rain:n9 ¢I_ tl 41n u5a. 111 10 i. rm Caro rcrtp eMll De Oouzllf..] m 5Ym 'fn c 1'-0' alGe a 1 Cure tl n k 1 .land lrg c�nee.1 9 oovinq`aa rail grcor•s GGreYlm]l erY 3i o,comer. See O iox vyx }9I oor,Le. ray CASE F CAS G mas or. le+]Ing IE wide.g ...•. er crre.IE a wrb - 1 c 1 _ Befpmin� CASE e, vpn5ll Ions ran r wrb 1w n sell pa nun one rr,m Dr cawp lamas. �[ ap pr [n ' rpnpl s°r+• _ s, N 3 e I T.un .I or cd lr llaf., eM ra.a a ^ran irtmedinl." uln a rlttllne cop or rcrtp !_0'u!In cYc ron o a_ dp.mi zo 1M [ E p _: n battcula LMII n01 . aea 1 A 6 Se• Wfr 9 r]_ _ PwnEeO ~�1 5 perCnz rfnin Y'-0"of 1M fOP Pn]Lottc.:. Of ffq carp rcnp. '0 " r CASE B CASE E xx vox �J lo.aro ra�Ys a:nn rma lr_f ema m„Inq unPcs 1M1 a1m°r �-N.nx upx n rm1 icm an° d:p1n pr Ina ono.c•lap'1cal.corn lrq a knere E nP'atl dx c e SECTION A-A Bur ..a arNII emrP^n ma d.+Nlar°, Ini. Pion .. m. Ff JdQ 2' 0-elrotghl curb r.gatr.aerac In Iro special arpr�.iEn1. Z Y 11 Tre edge or IM dbElebla r]rn in9 aPHacn neor e1 Ipe r l lOr�lne Rezpinlnq Curb .1 be Ee l+aen 6"and 8"(ran Ibe 9+I1er rl—line .! rreaea Cry 12.S,derulk crA ron, I.(....•I,"T%.MII be 3v'mini nun. a 'T rw pr ro-na r-a m m ^ 19 ECR pi Pw_,de0�. l I}.cur rllIlly yell ban .. .rise.bulls all all°Inar ul illly lacllleles CC l n rr a,zpin fna b>]no' I or me curb tuna r31r Oe -loc.1.d ar '' , u0'I.af adf 1�^reLe by Ina orn r Frio' fy,pf In tonjcr Iroe rI:T, a §c Rom. `4 6,11% a �2S v rl u D ro P clrwlioF. Se< Nate 9 SECTION R-H .n - _ u.rcr rapflf cereHrem�rznaryl cm nptynr,.nt or cum( - SWIM � F O.pf.s. ..tire elY_r01k°S reO�IreG xill b. 01 ITe C[nkfOCIV'e Ep11Pl,umeaa O11VfrIe1 ebOYn O� L' _ pr°f!]1 plate //�,�`f cull�i olci l,E]"fa R,35' J t,+ w.pMg s� \ faces cry cennr .P.1wg ��j DH1er slae.uk $ ay `Z, ne.I;n. _I_____________ © C � J Y f T. 6gq ` 2x w RA[S D TR Ilf AT D o u r re .m^a a nP-,o uoie a SECTION C-C PATTERN (IN-LINE1 let accurs praviee +Gxpx:nmeh �' i' O':eraigm c'O �— D1TECTABLE Cm.n.lk If proma.. Limll pr v]r _ k3 WARN[N�UREAC Yin [ L S•[N01. 10 Crcasr]1a rr re.ldad DETAIL R sve IN Paruea eu sr.lE er ccrm+R TYPICAL OFlE-RAMP �� GROOVING DETAIL BEPARTYOIT OF I"WPORTATIM DETAIL A CORNER ]NSTAi CATION sees I'll CURB RAMP DETAILS TYPICAL TWO-RAMP CORNER INSTALLATION see 6P1.5I G,a3 ' RETROFIT DETAIL NO SCALE See 'InI. I E.1.11rg curb ono .Ie..oIF ASS A