Loading...
HomeMy WebLinkAbout05699 - G & M CONSTRUCTION DOWNTOWN ALLEY / TRASH ENCLOSURE ENHANCEMENTS CP 07-26 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: 0&M Constmcdon Date: February 23,2009 211 Mesquite Avenuc Project No.: 07-26 Palm Springs, CA 92M4 Project Downtown Alley&Trash Enclosure Enhancements Change Order No.: Six (6) ConEracE Purchase No.: 09-0394 Account Numbers: 811.8191.65199 Resolution No_: 1362 Agree menrNo.; A5699 CHANGES IN WORK/COST Chanees to Contract Quantities-.Deletions Item No. Bid Schedule A 6. 8"PCC Pavement 202 SF @ $12,00/ SF ($2,424.00) Sid Schedule B 4. 8" Rein. Color PCC 50 SF @ $10.00/SF ($500.00) 7. Concrete Pavers 52 SF @ $15.00/SF ($780.00) Change Order No. 1 2. Bolt Substitution 1 LS @ $450.00/LS ($450.00) TOTAL OF DELETED QUANTITIES ($4,154.00) REASONS FOR CHANGES: This is a balancing cbange order. Actual quantities were less than the original estimatc. Item 2 was deleted. Note: The prices above are inclusive of all specified mark ups. No additional marls ups will be added to any item on this Change Order. SOURCE OF FUNDS The following account will be utilized: 811-9191-65199 1 Summary of Costs Co►itract Time Original Contract Amount: $291,195.00 Original Completion Date: October 20,2008 This Change Order: ($4,154.00) Days Added 1'or this C.C.O.: -0- Previous Change Order(s): $24,003,00 Previous Days Added: -17- Revised Contract Amount: $311,044.00 Revised Completion Date: November 13,2008 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES q are acceptable to the contractor. Submitted by Dace Z Senior Public Works Inspector Cly� APPROVED BY CITY COUNCIL Approved by 0 Date 24—lr nl Ciry-Engineeer A APPROVED BY CITY MANAGER Approved by Date �1• 0h r �I nager Approved by Date Economic Development Attested by City Cler Distribution: Original Executed Conies Conformed-File Cnnv Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Economic Development (1) Finance (1) 2 DOC # 2009--0081984 02/20/2009 08:001A Fee:NC Page 1 of 1 ro„�2 Recorded in Official Records ✓�;! County of Riverside ( Larry W. Ward Assessor, County Clerk & Recorder 111111111111111111 IN 4\:fj �� S R I U PAGE 1 512:E I OA I MISC I LONG I RFD I COPY Recording lzested By And M A L 1 455 1 426 PCOR NCO4SMF CHG d I- �When Recorded Return To: 1�1 II // 11V0 C11C? �c.� T, UNI �1 City of Palm Springs Attn: City Clerk rid J P.O.Box 2743 Palm Springs,CA 92263-2743 (SPACE ABOVE flits LrNE FOR RECORDER'S USE ONLY) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The undersigned is owner or corporate officer of the owner of the interest or estate stated below in properly hereinafter described: 2. The Full name of the owner is City of Palm Springs 3. The full address of the owner is 3200 East Tahquitz Canyon Way,Palm Springs,CA,92262(P.O"Box 2743,Palm Springs,CA,92263). 4. The nature of the interest or estate 6f the owner is in fee:Fee Owner-City of Palm Springs. 5. The full names altd addresses of all persons if any,who hold title with the undersigned as joint tenants or as tenants in common are: City of Palm Springs,3200 Last Tahquitz Canyon Way,Palm Springs,CA,92262 (P.O.Box 2743,Palm Springs,CA,92263-2743). 6. The public work of improvement on the hereinafter described was COMPLETED on the 12" day of November,2008. The work done was: Downtown Alley and Trash Enclosure Improvements. 7. The name of the contractor,if any,for such work of improvement was:G&M Construction,211 Mesquite Avenue,Palm Springs,CA 92264. 8. The property on which said work of improvement was completed is in the city of Palm Springs,county of Riverside, State of California, and is described as Follows: Alleyway and trash enclosure at west side of City"s parking garage located at northwest corner of Indian Canyon Drive and Baristo Road. 9. The street address of said property is 275 Indian Canyon Drive,Palm Springs,CA 92262, 10. City Project No.07-26,Agreement Number:5699,Resolution Number: 1362 (J q CITY OF PALM SPRINGS: REVIEWED BY: i- L `—� DATED: Senior Public Works Inspector Michael K. Lytar BY: 01 DATED.__ Director of Pu tic Works/City Engineer David J. Barakim VERIFICATION I,the undersigned,say:I am the City Clerk of the City of Palm Springs the declarant of the Foregoing notice of completion; I have read said notice of completion and know the contents thereof;the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct.Executed on: r=r_gt7 It) � 1 ,200 9 ,at Palm Springs,California. Index No. 0109 %j City Clerk-James Thompson Y CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction bate: November 24,2008 211 Mesquite Avenue Project No.: 07.26 Palm Sprtngs, CA 92264 Project: Downtcrxm Alley&Trash Enclosure Enhancements Change Order No.: Five (5) Contract Purchase No.: 09-0394 Account Numbers: 811-8191-65199 Resolution No.: 1362 Agreement No.: A5699 CHANGES IN WORK/COST Increase to Contract Quantities 1. Sandblast Cor-10 Steel Panels Lump Sum $ 6,210.00 2_ Relay for roll-up door Lump Sum $ 172.00 3. Covers for door mechanisms & water heater Lump Sum $ 1, 090.00 4. 2 lockable boxes for control buttons for the doors Lump Sum S 250.00 5. Re-do base on lighted bollards Lump Sun $ 750.00 6_ Install 11 three inch steel bollards Lump Sum $ 2,700.00 Total—Change Order Increase Amount $11,172.00 REASONS FOR CHANGES: 1. Mill scale coating must be removed to allow the Cor-10 steel to rust and produce the desired finish intended in design. 2. A relay is needed for safety as well as automatically shutting the roll-up door. 3. The door mechanism and water heater are not designed for outdoor use.Covers are needed to protect them. 4. Lockable boxes are needed to ensure that only PSDS & City officials can open the large doors. 5. Concrete base needed to strengthen the lighted bollard. 6_ Steel bollards needed to protect the lighted bollards from vehicular traffic. 1 JP'Liliw.". R .r ti Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. SOURCE OF FUNDS The following account will be utilized: 811-8191-65199 Summary of Costs Contract Time Original Contract Amount: $291,195.00 Original Completion Date: October 20,2008 This Change Order: $11,172.00 Days Added for this C.C.O.: -0- Previous Change Order(s): $12,831-00 Previous Days Added: -17- Revised Contract Amount: $315,198.00 Revised Completion Date: November 13,2008 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by Dace /A z J' ut Senior Public-Works Inspector By Approved by 4 Date Contractor:15&M Constr a City-Engineer Dace�=24,goos Approved by Dace Ci aria r Approved r Date l� 2$r"✓P Eco om c evelopment A Eeste Hate •- City c Distribution: - Original Executed Copics Conformed-File Copv Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) - - - - Economic Development (1) \�7 Financ e (1) P C�M-T1 { _ CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: November 3,2008 211 Mesquite Avenue Project No.: 07.26 Palm Springs,CA 92264 Project: Downtown Alley&Trash Enclosure Enhancements Change Order No.: Four (4) Contract Purchase No.: C9-0394 Account Numbers: 811-8191.65199 Resolution No.: 1362 Agreement No.: A5699 CHANGES IN WORK/COST Increase to Contract Quantities 1. Conduit to each lighted bollard Material $ 300-00 Labor S 250.00 2- Steel pipe to support lighted bollards Material $ 550.00 Labor $ 250.00 3. Yellow and amber LED lights 9 fixtures @ S50 each $ 450.00 4. Paint 3 roll-up doors Labor S1,100.00 Enamel $ 350-00 Total—Change Order Increase Amount $3,250.00 REASONS FOR CHANGES: 1. Additional electrical conduits were required for lighted bollard installation. 2. Steel pipes were added to the bollards to allow the City to repair them easier if someone hits the bollard. 3. The landscape architect required amber and yellow LED lighting which was not indicated on the original drawings. 4. Overhead roll-up doors will be painted to match trash enclosure metal details. Twelve additional working days added_for additional work indicated on change orders 2& 3. Five additional working days added for the work indicated above. Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. SOURCE OF FUNDS The following account will be utilized: 81 1-81 91-65 1 99 Summary of Costs Contract Time Original Contract Amount: $291,195,00 Original Completion Dace: October 20,2008 This Change Order: $3250,00 Days Added for this C.C-O-: 17 Previous Change Order(s): $9581.00 Previous Days Added: -0- Revised Contract Amount: $304,026.00 Revised Completion Date: November 13,2008 I have received a copy of this Change Ci Appt'ov, Order and the above AGREED PRICES �77 are acceptable to the contractor. Submitted by Date Senior Public Works Inspector Date Contractor: G M Construct on City-Engines '9 Date Approved by Date` ` �`\ �• Ciry'- anager Approved /1 Date �® 7 do coixo i D elopment Atteste — Cit rk Distribution: Orininal_Fxecutcd Conies Conformed-File Cp y - Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Economic Development (1) ( Finance (1) DMAIED 9Y CITY COUNCIL (4PROVED BY CITY MANAGER 2 4 ` CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Dare: October 3,ZOOS 211 Mesquite Avenue Project No.: 07.26 Palm Springs,CA 92264 project-. Downtown Alley&Trash Enclosure Enhancements Change Order No-: Three (3) Contract Purchase No-: 09-0394 Account Numbers: 811,8191.65199 Resolution No.: 1362 Agreement No.: A5699 CHANGES INWORKICOST NEW ITEMS—ADDITIONS (Bid Schedule A) 5- Construct 6"P.C.G. 159 SF @ $9-00/ SF $1,431.00 TOTAL—Change Order Increase Amount S1,431.00 REASONS FOR CHANGES: Actual quantity required was more than the original estimate. Note: The prices above are inclusive of all specified markups. No additional markups will be added to any item on this Change Order. SOURCE OF FUNDS The following account will be utilized: 811-8191-65199 Summary of Costs Contract Time Origv al Contract Amount: $291,195,00 Original Completion Date: October 20,2008 This Change Order: $1,431,00 Days Added for this C,C.O.: .0- Previous Change Order(s): $8,150-00 Previous Days Added: -0- Revised Contract Amount: $300,776,00 Revised Completion Date: October 20,2008 1 I have received a copy of this Change City Ap roval: Order and the above AGREED PRICES are acceptable to Elie contractor•. Submitted by Date /0 Senior Public Works Inspector By - Approved by y '� )]ate r� Contractor: M C/onstrucdon City-Engineer Date � � �� / Approved by Dace N0t TO ExCPed $ Approved by Date l6 7 �� WG@hf Olt E l e zXpi'ess °d111'li4ell co i is D velopment Aufheriz-Llft,n Of The City Manager. Attester . .. r.-�,' e•,•������'��� Distribution: d i Original Executed Copies C nfornied-Flle,_.nnv - Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Economic Development (1) Finance (1) Cn';j CITY OF PALM SPRINGS `CONTRACT CHANGE ORDER To: G&M Construction Dace: September 30,2008 211 Mesquite Avenue Project No.: 07.26 Palm Springs, CA 92264 Protect: Downtown Alley&Trash Enclosure Enhancements Change Order No.: Two (2) Contract Purchase No.: 09�0394 Account Numbers: 811-8191.65199 Resolution No.: 1362 Agreement No.: A5699 CHANGES IN WORK/COST Changes to Contract Quantities-Deletions Item No. 9. Install 10" steel bollards (7) EA@ S750.00 ($5, 250.00) 10. IDsWI trash compactor steel wheel tracks 100 LF @ $25.00/LF ($2,500.00) SUBTOTAL OF DELETED QUANTITIES ($7,750.00) NEW ITEMS -ADDITIONS A. Remove and replace 8" PCC 1300 SF @ $7.00/ SF $9,100.00 B. Install 6" steel bollard 5 EA@ $250.00/EA $1,250.00 SUBTOTAL OF NEW ITEMS S10,350.00 TOTAL (NET INCREASE AMOUNT) $2,600.00 REASONS FOR CHANGES: A_ Installation of compactor steel wheel tracks is being deleted from the contract. Tracks will be installed after the trash enclosure is completed and compactors are placed. B_ The plans call for installation of seven 10"bollards. Five 6"bollards will be installed resulting in the credit indicated above- C. Removal and replacement of an additional 1300 SF of concrete between the trash enclosure and the proposed limits of construction was required due to poor condition. Note: The prices above are inclusive of all specified markups. No additional markups will be added to any item on this Change Order. t SOURCE, OF FUNDS The following account will be utilized-. 811-8191-65199 Summary of Costs Contract Time Original Contract Amount- $291,195,00 Original Completion Date: October 20,2008 This Change Order: $2,600.00 Days Added for this C.C-O-: -01 Previous Change Order(s):$0.00 $5,550.00 Previous Days Added: -0- Revised Contract Amouac: $299,345.00 Revised Completion Date: October 20,2008 I have received a copy of this Change City royal: Order ept [he above AGREED PRICES y /O F 1- O p are acceptable ro the con[racror. Submitted b •••...///���� Date ! O Senior Public Works Inspector By �G Approved by Date If/ dS Colaracror: &M konstru n City-Engi e r Dare O G� / C/ Approved by Dace — ' a L VGfLS -Vi�'� Approved Date( Eco on-A evelopmenc Atteste Date Distribution: = Or ainal Exe_cu[ed Conies Conformed-File Copv Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Economic Development (1) vl1'JVra'45�7':"rcJ i; - Finance (1) L°7 APPROVED BY ESL`, �;r 600° "`�9 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: September 4,2008 211 Mesquite Avenue Project No.: 07.26 Palm Springs, CA 92264 Project. Downtown Alley Sr Trash Enclosure Enhancements Change Order No.: One (1) Contract Purchase No.: 09.0394 Account Numbers: 811-8191-65199 Resolution No.: 1362 Agreement No-: A5699 CHANGES IN WORKICOST Increase to Contract Quantities 1. Reinforced 12" x 18" concrete bond beam Lump Sum $ 3,250.00 2. Substitution of14"bolts, hardware, drilling larger holes Lump Sum $ 450.00 3_ Substitution of 5"x 5"x %4"tubing, for tubing columns, for the original 3"x 3"x '/"colutmi specified on bid documents and the addition of 42' of column length Lump Sum $ 1,850.00 Total - Change Order Increase Amount $5,550.00 REASONS FOR C114NGES: Items indicated above are required due to the structural calculations for the histallation of the decorative panels. All work is to be completed as per revised drawings page 17A_ Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. SOURCE OF FUNDS The following accomit will be utilized: 811-8191-65199 Summary of Costs Contract Time Original Contract Amount: $291,195.00 Original Completion Date: T.B.D. This Change Order: $5,550.00 Days Added for this C.C.O.: Previous Change Order(s):$0.00 Previous Days Added: -0- Revised Contract Amount: $296,745,00 Revised Completion Date: T.S.D. 1 I have received a copy of this•Change Ciry pprov Order and the above AGREED PRICES are acceptable to the contractor. Submiucd by Date 01 -.J- o5 Senior Public Works Inspector a By Approved by°i/�'r� I/`�' �7ate % U� Cunt/OZ-- onstrucnon � Ciry-Engineer Date I Q Approv d by / _Date Ci anager I Approved DateO Eco4aue�lopmen, Attests Date d9 I L�2an8- Distribution: Originil Executed Conies Conformed-File Copv Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Economic Development (1) Finance (1) 01r, L ui ,\ - APPROVED B1 B 2 /?AGREEMENT THIS AGREEMENT made this 1 day of NOLAk �, 200 '6_, by and between the COMMUNITY REDEVELOPMENT AGENCY Of the City of Palm Springs, hereinafter designated as the Agency, and G&M CONSTRUCTION hereinafter designated as the Contractor. The Agency 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 Agency's Contract Documents entitled. DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 The Work generally consists of the construction of improvements to an existing trash enclosure located at the west side of the City's parking garage located at northwest corner of Indian Canyon Drive and Baristo Road; and removal of existing Portland cement concrete and installation of new decorative Portland cement concrete improvements, bollards, corten steel decorative panels, and lighting and electrical improvements, all located within an existing alley between the City's parking garage and commercial buildings located on Palm Canyon Drive. 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 Agency, and the Work shall be fully completed within the time specified in the Notice to Proceed. The Agency and the Contractor recognize that time is of the essence of this Agreement, and that the Agency 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 Agency if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Agency and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the Agency the sum of $1,600 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 Agency due to the inability to complete the Work within the time specified in the Notice to Proceed. CF=1GINAL Ell CD r sT DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS PIIQ!0R AG M ZAGREEMENT FORM CITY PROJECT NO.07.26 AGREEMENT AND BONDS-PAGE 1 5/14108 ARTICLE 3 -- CONTRACT PRICE The Agency shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 1 to 4 , 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 Agency 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 wham 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 Agency 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS AGREEMENT FORM CITY PROJECT NO.07-26 AGREEMENT AND BONDS-PAGE 2 5/14/08 IN WITNESS WHEREOF, the Agency and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY: THE COMMUNITY AGREEMENT NO. REDEVELOPMENT AGENCY OF THE CITY OF PALM SPRINGS, CALIFORNIA RESOLUTION NO, ATT7EST: DATE Assistant Secretary - P 4 APPROVEDa M/n TO FORM: f By / / l� 111"ii�D ��1 V / Ciity Attorney Date e� ZGfi� CONTENTS APPROVED: By + z' `-r� City Engineer Date [� Executiv or U Date 'a\ '©b DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS AGREEMENT FORM CITY PROJECT NO 07-25 AGREEMENT AND BONDS-PAGE 3 5114108 r 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: 04A 07X/5IPVCWz9&I _ Check one:—individual—Partnership.-ILCorporation Address: AVE AlrM p C�1�1bv By, By: ZZ)'/c ✓),lie,id gnatur otarized) Signature (notarized) Name- 1�{TZ Name: Tit 1- DENT Title: " ' f�f1z- (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 (24zaoambq a State of(141'IFeem I,/]- Li County of V I — ❑ss County of V-1 VAS(DC— Liss on .�& a00 On /Ld,QGf "�3/{ s2ad F before me, Ap /1[ before me, personally appeared 0_62R ECj1 fP�j z- personally appeared %lIIUN l�l/�1egJ-r am 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($) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signature$($) an the instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct- paragraph is true and correct- WITNESS my hand and official Seal- WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: DEIDRESAUNpERS DEIDRESAUNOERS Commiulan M 1712961 Commission N 1712961 - Notary public-California Notary public-C01110mla ' Rlverslae County 1 . Riverside County M1h'Comm.EXPhs;Jon2.2011 MyCcrtm.0ipk0j n2.201st DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 AGREEMENT FORM 5/14108 AGREEMENT AND BONUS-PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of //I d yi fizzXi On (3- before me, 44 o to Hom Inaen Name a nue of Ne oaicer personally appeared Name(s)of 9lgna ) who proved to me on the basis of satisfactory evidence to be the personal whose names,),Ware subscribed to the within instrument and acknowledged to me that ke/skiee/t4%Lexecuted the same in 44Miefteir authorized PEIPRE SAtINVERS capacity", and that by Ns,h AhfliGsignafJe(s� on the CORIRI��lan t 171x9p1 instrument the person(,W, or the entity upon behalf of Notary�ubllc-California which the person(a .acted, executed the instrument. Riverside County N- - - - 6- - -m - - - 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 officia seal. Signature_�' Place Notary Seal Nfove Slgnat im of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons retying 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: ('�/3i )I�h e PS Document Date: Number of Pages: - Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) �I�r Signer's Name: l9r__bVr,-C-. NAeAA17-Z Signer's Name: I.) iA/ 1 M_L-` ❑ Individual ❑ Individual `Corporate Officer—Title(s): �PLS• 015orpomte Officer—Title($): �C y ❑ Partner-0 Limited C General _ _ _ ❑ Partner-0 Limited El General ❑ Attorney in Fact ❑Attorney in Fact ❑ Trustee Top of thumb more ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Re resenting:— Signer Is Repr senting: am " G, M �usvx<icro1`_l ®gem Natlonaf Notary Auoraafion•0350Do Spw Am,P.O.So 2402•Chatmvnh,CA913132402-m .NauonalNatarywg llom M5907 Reoreer.CEJn01Pme1.300-875-M7 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 workers compensation, or to undertake self-insurance in accordance with the provisions of said Code, and 1 will comply with such provisions before commencing the performance of the Work of this Contract. Contractor BY Title S DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 WORKER'S COMPENSATION CERTIFICATE 5114/08 AGREEMENT AND BONDS-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. r 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 5/14108 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 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: DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security, This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will fumish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number I Date a- —058 Number A Date 0 In— 053 Number 3 Date Number Date 6— / 7— O S) Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID AGREEMENT 5/14/08 BID FORMS-PAGE 2 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: 4kffi Sa 90 M Bidder. g-. M ca tvS i�Lt Tl oa By: P(Signature) Tit[ DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID AGREEMENT 5114108 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the- TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 Item Description Estimated Unit Unit Amount No. Quantity Price 1_ Mobilization - -- LS 2. Clearing, Removals and Demolition """ LS 3. Construct Masonry Block Walls --- LS Fabricate and Install Decorative Steel 4' Panels """ L8 $ S,bCP�.Ot7 5. Construct 6" P.C.C. Pavement 165 SF Construct 8" Reinforced P.C.C. 6_ Pavement 710 SF $ � Install Heavy Duty Floor Drain And ,/ 7' Hinged Lockin Traffic Rated Grate 2 $ 51 yb,`"' $ 3,0�.0 8. Install 3" Schedule 40 PVC Drain Pipe 50 LF $ $ a J 9. Install Terminal Cleanout 1 EA $NCO $ I o0o 0!r Install Trash Compactor Steel Wheel 10. 100 LF $ Tracks Install Electric Water Heater 11. Complete and Operational LS $ Install 10' Wide x 11'-10" High Electric 12_ Metal Roll-Up Door -- Complete And 2 EA Operational $ raA( o $to. ow, (or) Install 5'-4" Wide x T-10" High Electric 13. Metal Roll-Up Door -- Complete and 1 EA Operational $A 0_01!x $ q,5� 14, Reinstall Steel Swing Gate 1 EA $ ��Ga— $ Install Water System Improvements — 15. Complete and Operational LS $_`d.,0001 oD Install Electrical/Lighting Improvements 16. _Complete and Operational LS $l (�� �j p,p0 rr �00 Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID SCHEDULE A 5114103 BID FORMS-PAGE 4 BID SCHEDULE A (Continued) Schedule of Prices for the Construction of the: TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 TOTAL OF ALL ITEM OF ��DED�E A: p ,/� ' (Price in figures) �/� (Price �'�rdwords) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 131D SCHEDULE A 5/14/08 BID FORMS-PAGE 5 BID SCHEDULE B Schedule of Prices for the Construction of the: DOWNTOWN ALLEY ENHANCEMENTS CITY PROJECT NO. 07-26 Item Description Estimated Unit Unit Amount No. Quantity Price 1 Mobilization --- LS $ .e _yl 2. Clearing, Removals and Demolition __- LS Construct 8" Full Depth Color P.C.C. 3' Pavement 1,OD0 SF $/p, 00 Construct 8" Full Depth Color 4' Reinforced P.C.C. Pavement 200 SF $ l0, oO $ aIM . oo Construct 5" Full Depth Color P.C.G. 5' Pavement 950 SF $� $ 61 b co Construct 5" Full Depth Color 6' Reinforced P-C.C. Pavement 120 SF $ 7 00 $ g y� o f 7. Construct Alley Concrete Paver Surface 1,250 SF $ $ Construct Pedestrian Concrete Paver 8- Surface 130 SF Fumish and Install 10" Diameter Steel 9' EA Pipe Bollards 7 10' --Install Electrical/Lighting System __ LS Com fete and 0 rational , . 11 Fabricate and Install Decorative Metal --- LS Wall $ TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) lay _� y �/i_Y_J���� .�-t_.l�Fxi 1 i.[.�P ���7/.O./�.�z0��.►- �o}' '.� �l'C7-.C.� (J (Price in words) cg—nle�— 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. CY� M C�N�se►ac.-n on1 Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO,07-26 BID SCHEDULE B 5/14/08 BID FORMS-PAGE 6 BID SCHEDULE SUMMARY Schedule of Prices for the Construction of the: TRASH ENCLOSURE ENHANCEMENTS DOWNTOWN ALLEY ENHANCEMENTS CITY PROJECT NO. 07-26 TOTAL SUM OF BID SCHEDULES A AND B (BASIS OF AWARD): $ c 6 195_, 0-z7 (Price in figures) 01ti1P (Price in words) C9 a M (' NSTeucTton►_ Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID SCHEDULE SUMMARY 5114108 BID FORMS-PAGE 7 ADDITIVE BID SCHEDULE C (Ornamental Metal Wall Extension) Schedule of Prices for the Construction of the: DOWNTOWN ALLEY ENHANCEMENTS CITY PROJECT NO. 07-26 Item Description Estimated Unit Unit Amount No. Quantity Price Furnish and Install Ornamental Metal 1. Wall Extension (Between Buildings) --- LS Com lete TOTAL OF ALL ITEMS OF ADDITIVE BID SCHEDULE C: $ 5, V �,p p (Price in figures) v (Price in words) Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 ADDITIVE BID SCHEDULE C 5/14/08 BID FORMS-PAGE 8 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.GE-t,IOS oyCR AD OX&LS 2a 148- OK 58 - 140 5 N� Hr,M 5PP11�GS a aa5� 4. 5. 6. JOEL- 7. 8. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO-07-26 ADDITIVE BID SCHEDULE C 5114109 BID FORMS-PAGE 9 Awksw.'I"} c. NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County o 1 ) I, C Qeu being first duly sworn, deposes and says that Tor sheiof -n�r�d Bid t mae in the interest of, or on kiehalf of, any undisclosed person, partner hip, L 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 apy other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that oif any other Bidder, or to secure ailty 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 Tit 9s: Oe rization E o Address �55(QCJi7Z- t/E` )qC-M CJP2MCI s, ' 7�2Q6` DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 NON-COLLUSION AFFIDAVIT 5114/08 BID FORMS-PACE 10 ALL-PURPOSE. ACKNOWLEDGMENT State of County Of Ru� On 9 before me, Date Name,Title of Officer personally appeared ' � �__ NAME,8')OF SIGNER(2) who proved to me on the basis of satisfactory evidence to be the person(o whose name(4 is/are subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/1ierigteir authorized capacity(tesj, and that by his/ker/their signatures($) on the instrument the person(o), or the entity upon behalf of which the person(2) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. DEIDRE SAUNDERS Commistion ♦ 1712961 Signature of Notary Notary Public -California Rivernldt county MVComrn.Expk1zJm$2D11 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. �y f THIS CERTIFICATE Title or Type of Documlent rm- 9n-��.LcA/.!/Y1 CZ,L#[.GI� MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT i 7,a008 DESCRIBED AT RIGHT: Signer( Other Than Named Above /V WNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS PROJECT NO.07-26 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 4/08 BID FORMS-PAGE 11 r BID BOND KNOW ALL MEN BY THESE PRESENTS, That & �� as Principal, and Developers Surety and Indarmity Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: Ton Perr_ent of Bid Mount 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: DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO, 07-26 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. 1 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 aftomeys fee to be fixed by the 1 court. I SIGNED AND SEALED, this day of daAe , 20 I PRINCIPAL: C R M rrmGrn,rt;nn Check one:- y individual,_partnership, —corporation T (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or ice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Fin ffjce By SURETY: bevel oilers Surety and Indeamty Cmpany signature (NOTARIZED) Print Name and Title: l7E Y_C I ,a �z. By �PQ�-s�a�Jn�r signature signature t (NOTARIZED) Dane TA Niel-c;m (NOTARIZED)ttorney an Eac Print Name and Title: Print Name and Title: STATE OF CALIFORNIA } COUNTY OF RIVERSIDE ON L I J f LIR , BEFORE ME, LINDA ROCHA, Notary Public PERSONALLY APPEARED: Diane M. Nielsen Who proved to me on the basis of satisfactory evidence to be the person (s) whose name (s) is/are subscribed to the within instrument& acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signatures (s) on the instrument the person (s), or the entity upon behalf of which the person (s) acted, executed the instrument. I certify under penalty of perjury under the laws of the State of California that the foregoing paragraph is true and correct. --- - - - - - - - - - - LINDA ROCHA WITNESS my hand and official seal. ride Commission• 1777932 Holory Public •California Riverside county MVCmm00MN*v42M1 Signature: t_,t da Rocha, Notary ALL PURPOSE ACKNOWLEDGMENT POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92523 (949)263.3300 KNOW ALL MEN BY THESE PRESENTS,that as except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint ***Ann Willard, Diane M. Nielsen, Van G. Tanner, Paul W. Lewis, Sal C. Sandoval, Mathew S. Costello, jointly or severally*** as their true and lawful Altornsy(s)-m-Fact,to make execute,deliver and acknowledge,for and on behalf of said corporations,as sureties bonds undertakings and contracts of surety- ship giving and granfing unto said Attomey(s)-In-Fact full power and authority to do and to perform every act necessary,requisite or proper to be donein connecbon therewith as each of said corporations could do but reserving to each Of said corporations full power of substiludon and revocation,and all of the aces of said Atlomey(s)-m-Fact,pursuant to these presents are hereby raged and confirmed This Power of Attorney Is granted and Is signed by facsimile under and by authority,of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED [hat the chairman of the Board,the President and any Vice President of the corporation be and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the adomey(s)named in the Powers of Attorney to execute,on behalf of the corporations,bands,undertakings and contracts of suretyship,and that the Secretary or anyAss[slant Secretary of the corporations be,and each of them hereby Is,authorized to attest the execution of any such Power of Attorney, RESOLVED,FURTHER,that the signatures of such officers may he affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or cerfificsi bcaring such facsrmlle signatures shall be valid and binding upon the corporations when so affixed and In the future with respect to any bond,undertaking Or contract of suretyship to which It Is attached IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assslanl Secretary Nls January 1st,2008, 1 AND 6y. Stephen T.Pate,Senior Vice President c p!£Dap pg,� Q �F A. OQ kp0 y A, � y o =Vf wi OCT,t `K= z OCT-5 a •n By. 5 ?4 1938 ate; WO 1S87 Charles L.Day,Assistant Secretaryv'o3+„ loW b? Z��o�(/POP��P� State of California 'z„� * �,,,•^ County of Orange On ____Janes 1st.2008 before me, Chdsto her J.Roach NoaCi Public Date Here Insert Name and Toe of the Officer personally appeared _ Stephen T.Pate and Charles L.Day Name($)of Signers) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)Islare subscribed to the wlthm In5bument and acknowledged to me that helsheJlhey executed the same m his/her/their authorized IRISTOPHER FibAa1 capachy(les),and that by his/herllhelr slgnature(s)On the Instrument the person($),or the entity upon behalf of which the poi-son(s)acted,executed the Instrument. COMK#1745039 NOTARY PUBLIC CALIPORNIA I certify under PENALTY OF PERJURY under the laws Of the Slate of California that the foregoing paragraph Is ORANGE COUNTY F2 true and correct my Gomm.caidims May 19r 2011 WITNESS my hand and offl cal seal Place Notary Seal Above Signature - Chr er J.Roach CERTIPICATE The undersigned,as Assrstanl Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA.does hereby certify that the foregoing Power of Anomey remains in hill farce and has not been rocked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are In farce as of the date of this Certificate This Cerbfica[e Is executed In the City of Irvine.California the 19tl�ay of jiumeZOOS By: Albert Hlllebrand,A$5i5tant Secretary ID-1380(Wet)(Rew07/07) CALIFORNIA ALL-PURPOSE-ACKNOWLEDGMENT .r io State of Californiaif'�fo County of U! r,J. ePJ _ n Oln� OD S before me, �Qe e eGy . a to ate � Nom Insert Namv'and Title o iho Cfliccr personally appeared '�� e(e)al Signer(a) 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 DEEpRE SAUNDERS capacity(ies), and that by his/her/their signature(s) on the CO VEIDREon * DERS 1 instrument the person(s), or the entity upon behalf of -� Notary Public-Call/orma which the person(S) acted, executed the instrument. RIverti County MyCOmm.EVkeaJon2.2011 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 eal. Signature s 4e A I � J Place Notary Scat Above Signs ure of Notary Public OPTIONAL Though the Information below is not required by law,it may prove valuable to persons relying on the document and could prevent fmudulent removal and reattachment of this form to another document. Description of Attached Document y� Title or Type of Document: �! gr�'r 1 ry�� Document Date:lam!%J o•0Q 4 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer--Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—[I Limited ❑ General _ _ _ ❑ Partner—❑ Limited ITl General _ * Attorney in Fact MERNA&M AL1111111111 ❑Attorney in Fact ❑ Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: ID2007 Nailmal Notary Association-9350 De solo nee P.000xaA02•Chat• m1h,CA91313-2402-vrwv✓NativnalNotaryorg Item6907 RcoNcr'CallToll•Frpct-Bb0-9]86[12] BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid t0 be non-responsive and may cause its rejection. 1. BIDDERICONTRACTOR'S Name and Street Address: G� M Go+.�s n� e­PALm SPI21lrva-s , CA 9Aatet-4 2. CONTRACTOR'S Telephone Number: ( '760) Facsimile Number: (17&o ) 7 7 8'-6 �7O S' 3. CONTRACTOR'S License: Primary Classification State License Number(s) 2.'1ab19 Supplemental License Classifications AI/.31G-aI 11-1g2 1'ges 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety OcgeL ee?n 'Smelt-f M'Ve Y �o Address maa5 L�4 1263Q Surety Company I/VpEMA11TV r6/`lPAnN OF C,4-LIFdgeu14 Telephone Numbers: Agent Surety(qqL? ) '!26-3 33D0 5. Type of Firm (Individual, Partnership or Corporation): (_ c)g M2r7T10 iV 6. Corporation organized under the laws Of the State of: (,..AL( FO ejV1A 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: G6DgC&F_ MAkAhEZ 2.Ic Li), MESsaiTr 4GM �Pelrvc-s DiAN14C M 4-V AVIZ III W. iM C—_SGU ITE,l�i4LM 5pR,IN&S ,� .�r/ 132 9W\ MA-eA%,97_ a3h�1Q W t?1 i� U sr WQOOEN� DOWNTOWN ALLEY R TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BIDDER'S GENERAL INFORMATION 5/14/08 BID FORMS-PAGE 13 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: VS 9. List at least three related projects completed to date: a. Own erh�_c S »Ia n AddressV/7.1 ouG-2D&q kIcwauzCC QJC974216T Contact LA -r C6J 4E,CL Class of Work Coc-io—r l E lkvALL515700,V 6?4 i,v Phone(�04G I G-kS- fp Contract Amount A 3500 00 O Project Caw i g p--a Date Completed 0'?) /O/ /0 S Contact Person LAR� Telephone number C�637 515- 13-3 G b. Owner Nfs.4P--A S Address t 101 N . PALM Contact Mk>= f . /STaisnl ca rrulNso� Class of Work CLarza �rurr�7� PhoneC-i_e) I Contract Amount 5 5S0.CC)0 Project Wita,V0.T P-CC Date Completed , 11161 /017 Contact Person M, Omw Telephone number��G�J c. Owned r-I o r-yiauv,�elwrs Address 3ge)d E 7—JA-P&,i7Z Qi l -�I' Contact t 10���2 eT 17W Class of Work Phone (x)131 g- o ao 0 Contract Amount 31Q,GD O rtIC Project Voe A.VOOC, Date Completed '3(.O( (0 `1 Contact Perso j lro+ Telephone numbecnL6)31$-C)ac^o 10. List the name and title of the person who will supervise full-time the proposed work foryourfirm: !2 /C Bzogz l 11. Is full-time supervisor an employee-Z—_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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BIDDER's GENERAL INFORMATION 5/14108 BID FORMS-PAGE 14 r i pF ?ALLM S A,p . City of Palm Springs Aeparrmenx of Public Works and Engineering � �Pp"RT`0°• 3200 E.Tahquirz Canyon Way - Palm Springs, California 92262 Tcl:(760)323-8253 • Fax:(760)322-8360 - Web;www.o.palm-shrings.mus ADDENDUM NO. 1 To all prospective bidders under Specifications for the Downtown Alley and Trash Enclosure Enhancements; City Project No. 07-26, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Friday, June 13, 2008: I. The following change shall be made to Part I —Bidding and Contractual Documents and Forms: Paragraph N-1 of the Notice Inviting Bids is revised to read: N-1 NOTICE IS-HEREBY GIVEN that sealed bids for the Downtown Alley and Trash Enclosure 'Enhancements, City Project 07-26, will be received by the .Procurement and Contracting Division of the City of Palm Springs, California, until 2:00 P.M. on June 20, 2008, at which time they will be opened and read aloud. The Engineer's Estimate is $300,000. Paragraph N-9 of the Notice Inviting Bids is revised to read: N-9 PRE-BID WALK-THROUGH (NON-MANDATORY, ATTENDANCE RECOMMENDED): Prospective bidders are strongly advised to attend the 'non- mandatory pre-bid walk-through of the project site to acquaint potential bidders with the project and existing site conditions that may affect the work. The meeting will be held on Wednesday,June 4, 2008, at 10:00 AM local time. Please arrive at the northwest comer of the ground level of the Palm Springs Parking Garage located at the northwest corner of Indian Canyon Drive and Baristo Road- Failure of a bidder to attend the pre- bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No, 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection- Date: May 22, 2008 BY ORDER OF THE CITY OF PALM SPRINGS Byl! r _� David J- Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 - Palm Springs, California 92263-2743 OF P A t.M Sp City of Palm Springs 'M c I h y Department of Public Works and Engineering ""5., ` 3200 L Ta6qui=Canyon Way• Palm Springs,California 92262 lFOR��P y Tel•(760)323-8253 • Fax:(760)322-8360 • Web:www.ci.pal+n-springs.ca.us ADDENDUM NO. 2 - To all prospective bidders under Specifications for the Downtown Alley and Trash Enclosure Enhancements; City Project No. 07-26, which are to be received by the City of Palm Springs at the _ office of the procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way,Palm Springs, CA 92262, until 2:00 P.M- on Friday, June 20, 2008: 1. The City is performing structural design calculations for the decorative metal wall to be installed as part of the Alley Enhancements (Bid Schedule B). Therefore, there is no responsibility on the part of the Contractor to prepare structural design calculations for the decorative metal wall; costs associated with preparing structural design calculations and final designs for the decorative metal wall shall be excluded from the Bid. In the event the City's structural design calculations require changes to the details for the decorative metal wall shown on the approved plans, resulting in changed conditions effecting the cost of the decorative metal wall, the City will negotiate,prices for the changed conditions with the awarded Contractor pursuant to Section 3 of the Standard Specifications. Therefore, the following changes shall be made to Part II--Section 10"Construction Details': 1- Section 10-9.1.4.2 "Decorative Metal Wall (Alley Improvements)" is amended to read: 1".1.4.2 Decorative Metal Wall (Alley Improvements) - The decorative metal wall shall be prefabricated to the greatest extent possible. The Contractor shall, in accordance with 2-5.3 of the Standard Specifications, submit shop drawings showing details, dimensions, sizes of material and all information and data necessary for the prefabrication of work, including full details of the connection points, match locations, weld and anchor points. Drawings required to be submitted by the Contractor shall conform to the applicable provisions of Section 304-1.4 of the Standard Specifications. The Contractor shall furnish to the Engineer before acceptance of Work, detailed drawings of the prefabricated structure to be built. In as much as the drawings will be retained by the City as permanent records, the drawings must be in the form of printable f transparencies of quality satisfactory to the Engineer. 2. Section 10-9.2.3"Prefabricated Decorative Metal Wall (Alley Improvements) is amended to read; 10-9.2.3 Prefabricated Decorative Metal Wall (Alley Improvement): The contract lump sum price paid for"Fabricate and Install Decorative Metal Wall" shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to preparing shop drawings, prefabricating, painting and galvanizing, delivering, furnishing, field measuring and installing the concrete footings, anchors, metal supports and decorative metal wall, per the approved shop drawings, complete and in place. No additional compensation will be allowed. S Post Office Sox 2743 • Palm Springs, California 92263-2743 ti Downtown Trash Enclosure and Alley Enhancements City Project 07-26 Addendum No. 2 June 6, 21108 Page 2 II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 2 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection_ Date: June 6, 2008 BY ORDER OF THE CITY OF PALM SPRINGS By _- WA=r::7-:7: David J. Barakian, PE i Director of Public Works/City Engineer Civil Engineer C 28931 C s. t t e ti p�p AF. Spgrti City of Palm Springs * Department of,Public Works and Engineering * 1°T•eu,ov' * 3200 E.Ta6gwcz Canyon Way • PaLn Springs,California 92262 C �P Tel•(760)323-8253 • Fax:(760)322-8360 •Web!w w.ci.paLn-springs.cros I �1lFORN ADDENDUM NO. 4 To all prospective bidders under Specifications for the Downtown Alley and Trash' Enclosure Enhancements;_City Project No, 07-26, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Frlday,June 20, 2008: I_ The fallowing responses shall to questions in a Request for Information received June 16, 2008, shall be documented: Question 1: Two odor control units are shown on the electrical drawings (Sheet 11). Are the units existing or does the contractor have to purchase and install? If the contractor has to purchase and install, what are the specifications for these odor unit? Response 1: The Odor Control Units are not a part of the work to be completed by the Contractor, i only the electrical connection required for the Odor Control Units. The Odor Control Units will be part of a future project to furnish and install the Trash Compactor Assembly units. Please refer to Note 10 on Sheet 3, indicating that the Trash Compactor Assembly is by others., The Contractor i shall construct the electrical connections only for this equipment to be installed in the future by others. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 4 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection, Date: June 17, 2008 BY ORDER OF THE CITY OF PALM SPRINGS By David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 i j i 1 I l Post Office Box 2743 • Palm Springs, California 92263-2743 �pALMS40 F° -' -�'0 City of Palm Springs 4 N Department of Public Works and Engineering I * R•e•,sEa'°' ' 3200 E.Tihquirz Canyon Way • Palm Springs,Caliromia 92262 Cq �P Tel.(760)323-8253 • Fax:(760)322-8360 • Web:v .ci.palm-springs.caus i �/FORS ADDENDUM NO. 3 To all prospective bidders under Specifications for the Downtown Alley and Trash Enclosure Enhancements; City,Project No. 07-26, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Friday, June 20, 2008: I. The following responses shall to questions in a Request for Information received June 10, 2008, shall be documented.- Question 1. After reading Addendum 2, our steel fabricator has a concern on the method of attachment of the metal'to the wall of the Chop House (alley decorative metal). There is only a 3" clearance between the metal and the wall. It is not clear how the attachment can be installed, Response 1: The connection for the steel panels attached directly to the wall of the Chop House wall will have to be done in two steps. During the first step the angle brackets will be attached with lag bolts to the wall, The nuts will have to be attached (welded) to the second angle bracket which is welded to the steel panels. The bolts will have to be fastened to the nuts from above the panels and below the panels using a socket with an extension'with the angle brackets resting on each other, in place against the Chop,House wall. An approximately 24" long socket extension will need to be used for some of the top bolts because of the height of the panels. Question 2: The specification of the alley specifies an 80 mm paver but,on the drawing, Sheet 16, it shows a 2 3/8" (60 mm) paver, detail E, concrete paver on sand base. Which is it, 80 mm or 60 mm?What kind of paver, key lock etc., tumbled or not tumbled? Response 2: The alleyway paver is to be as listed on the plans, Manufacturer: Olsen, Type: Kingdom Cobble I, Thickness: 80 mm, Texture: Villa (not tumbled), Color: Adobe. Please disregard the 2 3/8" dimension on the detail. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 3 shall be entered on Page 2 of the Bid forms, Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection_ Date; June 12, 200$ 13Y ORDER OF THE CITY OF PALM SPRINGS By David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 a Post Office Sox 2743 • Palm Springs, California 92263-2743 . . wn ow � I �, �n, r .r .Ina•".r r, r•.w �.� � � � .. ... .+•..rm. - I I re .. �n ne mgrr.r.n.lm�MY.I . ... � r � ,.,. r na .qxx a w1,1 n rr n.. p^.y p..Vbp pMp'Y . • r � xqu.gr i, `I r Il.Ngln. r, rn q'a}ir nnr'veynrrn .•i nnry .�u I �I .n rr.n, i ,n it I ..r.r.r � yrl T.+Ma+•y.„wxlnrypv+'Y'mr•r r�YM n'a I 1 .. - ".I ry ^'Ipl '_ env rx,^rn• .. � I r .r rrn, r .�w � , r r - n r r m �.n ryo,.N.I+I1P• +�.�.aMl+'r•„•w.•u' �rnl, ,r. ,r er rNYnmxpi awyNmrrr...,r r rrr ..,, I i n rl r I r u Ir nnrn rl rr r �� .rx..r rx µq. , rrr Mq.xlNfimNlXNrw"rTrl�e-I _ rr i ,m, i . 1 n i � i r r - .. y -, n- ri ru.dJyNrrr•T'YL"'1 .u. I i .. I mrI Mrcdn M vr,rv.n n.l r rr r . If ,r^•kr.I to 1+1194 P,f,I VM,,I � r u r Ir I-e ul 1 r' IMMiI - Ro"I••xrr .i rN1q YIA,I I' n*1 . 1,, NO r1 .1. weY ry.IXA, Ir Nq,ir u ire it to .rally rYMr ", IFrYrL.r r I I .I n r u i. r , Me yI�NN`q 11a.•miry ,.. r y ...'06 I i , r r i rrW,nruN ri i in{I I 1 i rer r gllpr, .I rani I � yn� r . ;4'rNIII; rrr rN .. Yw - r � � � �r I 1 � r r wn rn.l+Draw r�•r,r #�.r. � � �. r..An.l nllrrbl I •, rY4.^„•-.• r a . r ,. I� . rr r..�n 1 -.. �,r rrvrl r x..--��,n,r�Mr,F•rmnrnwlrnl=M•nvlpFq.�„ - r � .., r r ..„ . '. ... i I i r. ry ry r .r r. , - � ...,_I n r r n.Pr'I� nYn•IM^'nYRrl,w,NMwM�e�A/Fpnn i i -., I . i1 . r•• � ,- �. , i . . .r. .Lr , ..... .. hlr_.,na� r.1 .Ir p.-.n.'YXr.r,e+,�rk._._ I r. r. �..• r..,i . rw._. .r .. .� .r..,. , � . r 1 .......,.,,n• I-n,� 1 �. ...,nd�..r.Np,w111nIwM.M,�....•• r � r,rr .n I. .. ,. _ .. I r . .. � � � �.,,..�r� .l� .r . ..r.,.,r. n.�mn«� Hwy,-n.w�nrnYNmltW*..r•+�rmrww, � .. ,. , .. I. � . rr r.. .� ,.... ... ..... u � r�,. ..rl .1 rn • �vfw�xMr,rTl.,.l��m•w"r.•rr.I.wrYl'rMlYwtn.T ARnraNn- ., � � rr ..n I .1 ,..w I ..,..n.,.�,.n..r � �r � r �I. r. r r�,1 r1 . �� .. _ry worn I.n.�wnq�rAlm'.+"Np11Y�ry+Inm.MM`N1M•, � r• � � r.r r I .� .,.w �. I r .r. ..,.rr.r-. I I r �, „r rn r for � ....r r.„r�l•.�.r..�.,,n.ro"Am^"'MM',•,NXYnr'Th+'71IR^"w.. . ., � I r� r � Iw,`.. .. e n � ..r.. I ,. ,n• . �r��., I � rrr nr u�rr, � ., re-Ir �`..Mn• �.,r.r�v,,.M,N�.r+RrnrYlnM"'1^7�"a'".r , � r � rinr la.. mwr ,r � ... I I ... „r r r .gym r.•.�,I vlel '. �� 1 ••u '•a' nrA n,r_n INY+1rAlM1'xW'"1YF^""• • 'r , .. rrr. ..,. . • r r r I I r .Ir�.rr„r nlru ,� n•' .-, - r,rr,n'y.nn„..- n.NY,•Tww• I m, I. � Lnl rr. elm 41 1 ""WI r;r I I � � � n ,r r I l r r I w n• ,rv.l InWlrll ,. . _- � � .., ,. w. I , IZ i n I I I "Ib .. r l~�� i '"rAINMry nMY r rn r I r r rl 1 '� - I � I Ir Inrr.NlYxlr Inyrr" � ., - I I rr n r r .. r.wwwrw.r• rl�.�. - �. - .. I � � �n " � /- .Ir.rmM�� � ..u.a,n Ipo,wptlrM rm..r14M•ry... - r. .....r .,• Lrp,,.e, n pal r n ,1 r_ ... ^'..w...y1+xYWN'^n'rnv*�NMNMb^Yn^IM}IrIM�AuYmMIKMN I ,. ..nl,r.n 1� , , ...w. . ,._,.w.w�x�w,.,..n,.w.rr. nr-,.,N,Iwynr itar� r ,.Ww.�M'�'�.p!.'rRR,"'*^"�I,.r.nrr.µ�ryryr�yMryrWlrM•r-n,...r ,......., . �•.,,. n�pl..r.l..•�wwn+, r.rn.,r r I �. .,._�..m.r.,�.ww'.•m�p •... = nn - rw.,'rn Mw.'ww+r'rh.,'YYM'ANI,*+hMws••qr,1Y•�1Y�111�rryN�• wrr•",n.,r�-..•,-••.,7 .- '......�n,�M,.r.+►r.,�.r.r.r.•wmm..r mn� r . .r"In*++`.w.n.�wwwlnrl•r..mmnr,r.mr•+,.`rinwlgrl.rlX{m • n�+.r.....r .NWrF`.Mr{ it ON Ill .. .,.-,wl..*war-....•...+.n�+Xrnlrw'�1"Ilnn..m.N.rl'.r•+. r �. .^nm.m.Imr.rnrlr..wpl�lemrq..r,.ry�uq..nq.Mrn"MRMnI'h"n'" ...,..�,�ylr,..,-m�nwN�.q.�I..fiIr1.MYryrHrs++,lw-,.r � I .•II�r..N�..nl rrMNlllX .�'tl+r. 1�YIrM^'�ry1W11111 ftt" 7• 1 1 OIQ4 CITY PROJECT NO. 07-26 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: VG`111 I'llC'��2 David M. Cosper, P:E. Project Engineer `w , Civil Engineer C 38022 ����� eAtt`���� Expires: March 31, 2009 ,. E ,approved by: David I Barakian, P.E. Director of Public works/City Engineer Civil Engineer C 28931 DOWNTOWN ALLEY a TRASH ENCLO5URF FNHANCEMENTS CITY PROJECT NO.07-25 5114108 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 Bidders General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART 11 -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" Standard Drawings DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO-07.26 SPECIAL PROVISIONS 5114108 GENERAL CONTENTS-PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 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 Workers Compensation Certificate Performance Bond Payment Bond Certificate of Insurance DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 PART 1 CONTENTS 5l14l08 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS City Project 07-26 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Downtown Alley and Trash Enclosure Enhancements, City Project 07-26, will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 2:00 P.M. on June 13, 2008, at which time they will be opened and read aloud. The Engineer's Estimate is $300,000. N-2 DESCRIPTION OF THE WORK: The Work generally consists of the construction of improvements to an existing trash enclosure located at the west side of the City's parking garage located at northwest corner of Indian Canyon Drive and Baristo Road; and removal of existing Portland cement concrete and installation of new decorative Portland cement concrete improvements, bollards, corten steel decorative panels, and lighting and electrical improvements, all located within an existing alley between the City's parking garage and commercial buildings located on Palm Canyon Drive. 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, 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, 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 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 NOTICE INVITING BIDS 5114108 PAGE 1 N-9 PRE-BID WALK-THROUGH (NON-MANDATORY, ATTENDANCE RECOMMENDED): Prospective bidders are strongly advised to attend the non-mandatory pre-bid walk-through of the project site to acquaint potential bidders with the project and existing site conditions that may affect the work. The meeting will be held on Wednesday, May 28, 2008, at 10:00 AM local time. Please arrive at the northwest corner of the ground level of the Palm Springs Parking Garage located at the northwest corner of Indian Canyon Drive and Baristo Road. Failure of a bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $50.00 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 $35.00 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-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting 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 cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. ~!s By #1/L Date David J. Baraklan, PE Director of Public Works/ City Engineer City of Palm Springs DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT N0,07-26 NOTICE INVITING BIDS 5114108 PAGE 2 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 INSTRUCTIONS TO 5/14108 BIDDERS-PAGE 1 City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 INSTRUCTIONS TO 5/14/08 BIDDERS-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 DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 INSTRUCTIONS TO 5l14l08 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 DO NTOWN ALLE &TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 INSTRUCTIONS TO 5/14108 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. (4) 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 - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 INSTRUCTIONS TO 5/14108 BIDDERS-PAGE 5 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 6/14/08 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 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: DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security, This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. DOWNTOWN AIIEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID AGREEMENT 5114108 BID FORMS-PAGE 2 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: DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID AGREEMENT 5/14/08 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 Item Description Estimated Unit Unit Amount No. Quantity Price 1_ Mobilization --- LS $ 2. Clearing, Removals and Demolition --- LS $ 3. Construct Masonry Block Walls --- LS Fabricate and Install Decorative Steel 4' Panels LS $ 5. Construct 6" P.C.C. Pavement 165 SF $ Construct 8" Reinforced P.C.C. 6' Pavement 710 SF $ Install Heavy Duty Floor Drain And 7' Hinged LockingTraffic Rated Grate 2 $ $ 8. Install 3" Schedule 40 PVC Drain Pipe 50 LF $ $ 9. Install Terminal Cleanout 1 EA $ $ 10. Install Trash Compactor Steel Wheel 100 LF Tracks $ Install Electric Water Heater — 11. Complete and Operational - L5 $ Install 10' Wide x 11'-10" High Electric 12, Metal Roll-Up Door — Complete And 2 EA Operational $ $ Install 64" Wide x T-10" High Electric 13. Metal Roll-Up Door — Complete and 1 EA Operational $ 14. Reinstall Steel Swing Gate 1 EA $ $ Install Water System Improvements — 15. Complete and Operational -- LS $ Install Electrical/Lighting Improvements 16. _Complete and Operational LS $ Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID SCHEDULE A 5114108 BID FORMS-PAGE 4 BID SCHEDULE A (Continued) Schedule of Prices for the Construction of the: TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 TOTAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID SCHEDULE A 5114/08 BID FORMS-PAGE 5 BID SCHEDULE B Schedule of Prices for the Construction of the: DOWNTOWN ALLEY ENHANCEMENTS CITY PROJECT NO. 07-26 Item Description Estimated Unit Unit Amount No, Quantity Price 1. Mobilization - -- LS $ 2. Clearing, Removals and Demolition --- LS $ Construct 8" Full Depth Color P.C.C_ 3_ Pavement 1000 SF, $ Construct 8" Full Depth Color 4' Reinforced P.C.C. Pavement 200 5F $ Construct 5" Full Depth Color P.C.C. 5' Pavement 950 SF $ Construct 5' Full Depth Color 6' Reinforced P.C.C. Pavement 120 SF $ $ 7. Construct Alley Concrete Paver Surface 1,250 SF $ 8 Construct Pedestrian Concrete Paver 130 SF Surface $ $ Fumish and Install 10" Diameter Steel 9' EA Pie Bollards 7 $ $ Install Electrical/Lighting System — 10. Complete and O rational - LS Fabricate and Install Decorative Metal 11. Wall LS $ TOTAL OF ALL ITEMS OF BID SCHEDULE B: (Price in figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, Without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 611)SCHEDULE B 5/14108 BID FORMS-PAGE 6 BID SCHEDULE SUMMARY Schedule of Prices for the Construction of the: TRASH ENCLOSURE ENHANCEMENTS DOWNTOWN ALLEY ENHANCEMENTS CITY PROJECT NO. 07-26 TOTAL SUM OF BID SCHEDULES A AND B (BASIS OF AWARD): (Price in figures) (Price in words) Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BID SCHEDULE SUMMARY 5/14108 BID FORMS-PAGE 7 ADDITIVE BID SCHEDULE C (Ornamental Metal Wall Extension) Schedule of Prices for the Construction of the: DOWNTOWN ALLEY ENHANCEMENTS CITY PROJECT NO, 07-26 Item Description Estimated Unit Unit Amount No. Quantity Price Furnish and Install Ornamental Metal 1_ Wall Extension (Between Buildings) --- 7LSa (Complete) $ TOTAL OF ALL ITEMS OF ADDITIVE BID SCHEDULE C: (Price in figures) (Price in words) Name of Bidder or Firm DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 ADDITIVE BID SCHEDULE C 5/14108 BID FORMS-PAGE 8 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Cade, 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 ADDITIVE BID SCHEDULE C 5114/08 BID FORMS-PACE 9 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 DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT N0.07-26 NON-COLLUSION AFFIDAVIT 5/14/08 BID FORMS-PAGE 10 ALL-PURPOSE ACKNOWLEDGMENT State of County of On before me, , Dale Name,Title of Officer personally appeared NAME(S)OF SIGNER(S) who proved to me on the basis of Satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Slate of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO,07-26 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 5/14108 BID FORMS-PAGE 11 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: DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 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 , 200 PRINCIPAL: Check one:—individual,—partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS BID BOND(BID SECURITY FORM) CITY PROJECT NO.07-20 5114/08 BID FORMS-PAGE 12 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: DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 BIDDER'S GENERAL INFORMATION 5/14/08 BID FORMS-PAGE 13 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 7 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO,07-26 BIDDER'S GENERAL INFORMATION 5/14108 BID FORMS-PAGE 14 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II .._ SPECIAL PROVISIONS DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 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 DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS PART II --SPECIAL PROVISIONS CITY PROJECT NO.07-20 GENERAL CONTENTS- PAGE 1 5/14/08 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 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 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, Califomia 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO,07-26 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 5/14/08 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) Marton 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) DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS TERMS.DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 5114M8 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 - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 5/14/08 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 no more than 10 working days after the date specified in said Notice to Proceed. The work, if awarded to include Bid Schedules A, B and Additive Bid Schedule C, inclusive, shall be diligently prosecuted to completion before the expiration of: 30 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said period of time does NOT include time required to receive long-lead supplies, materials, and equipment (i.e. irrigation and plant materials, etc.). The Contractor is directed to section 4-2.2 of these specifications for requirements related to placing orders. All orders for long lead items shall be ordered by the Contractor within 3 working days after the award of the contract 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 30 working days. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 20 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: 20 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Additive Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 10 WORKING DAYS DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 2-PAGE 1 5114108 - from the date specified in the Notice to Proceed from the City. Although the cumulative total number of working days for all Bid Schedules A, B, and Additive Bid Schedule C exceeds the total maximum allowed of 30 working days, the Contractor shall be expected to pursue completion of the work with multiple crews and concurrently in various areas as may be necessary to pursue completion of the work in the time allowed. 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 identified above. In addition, the Contractor shall pay to the City as liquidated damages the same sum as above, for each and every calendar day the 90-day maintenance period must be extended due to landscaping and/or irrigation system improvements being left in an unacceptable condition, subject to repair and/or replacement. 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a _written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2.2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds_ If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-52 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: DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 2-PACE 2 5/14108 1. Change Orders or Work Change Directives 2- Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7- Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions- Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7A.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 DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO-07-26 SPECIAL PROVISIONS-SECTION 2-PAGE 3 5114/08 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 financially responsible for reinstalling the existing monument well, after resetting of the disturbed monument. 2-7 SURVEYING — The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications. No direct payment 'will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the contract. The Contractor must give weekly (or daily as necessary) copies of all survey notes (cut sheets) to the Engineer so that the Engineer may check them as to accuracy and method of staking. AIII areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and or alignment shall) be replaced without additional cost to he City. 2-8 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, �3,the manner of performance and rate of progress of the Work, (4) the interpretation of D NTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 2-PAGE 4 5114/08 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 Engineers decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly- 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineers inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The Failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents. 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. 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. 2.12 SUBMITTALS The following provisions shall be added at the end of Paragraph 2-5.3.3 of the Standard Specifications: On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre- construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor- - END OF SECTION - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 2-PAGE 5 5/14/08 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: 3-2 PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows: (a) Work by Contractor. The following percentages shall be added to the Contractors costs and shall constitute the markup for all overhead and profit- 1) Labor 24 percent(includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts. In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3.2 of the Standard Specifications, as amended in these S�ecial Provisions, DOWNT WN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO-07-26 CHANGES IN WORK 5/14/08 SPECIAL PROVISIONS-SECTIONON 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 Gontracts: On unit price contracts, should the ,total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3.3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. Such adjustment. of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CHANGES IN WORK CITY PROJECT N0,07-26 SPECIAL PROVISIONS-SECTION 3-PAGE 2 5/14/08 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 - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CHANGES IN WORK CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 3-PAGE 3 5/14/08 SECTION 4-- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order($) 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 - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONTROL OF MATERIALS CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 4-PAGE 1 5/14108 SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of-locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing- The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." (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- DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 UTILITIES 5114108 SPECIAL PROVISIONS-SECTION 5-PAGE 1 "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 Edison vaults, General Telephone vaults,_ Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. - END OF SECTION - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS UTILITIES CITY PROJECT NO.67-26 SPECIAL PROVISIONS-SECTION 5-PAGE 2 5J1A/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 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Ms. Debbie Randall (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr_ Frank Jasso (760) 202-4278 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr, Dale Scrivner (760) 647-5452 WHITEWATER MUTUAL DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS PROSECUTION,PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO,07-26 SPECIAL PROVISIONS-SECTION 6-PAGE 1 5114/08 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, DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS AND ACCEPTANCE OF THE WORK CITY PROJECT NO-07-26 SPECIAL PROVISIONS-SECTION 6-PAGE 2 5/14/08 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 Rates Not Applicable: Funding for the work is with all local funds and, as provided under the City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works. 7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 7-PAGE 1 5/14108 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 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 off securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Cade Section 22300 shall be limited) to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-7 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim; or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the cWrn exceeds $50,000, but is less than $375,000. Unless further documentation is requested, the City shall respond to the-claim within 45 days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 7,PAGE 2 5/14/08 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 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 crass liability protection. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy shall= • be written on a per occurrence basis; and • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and • include coverage for owned, non-owned, leased and hired vehicles_ If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement should be made to the City's Risk Manager, 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.26 SPECIAL PROVISIONS-SECTION 7-PAGE 3 5/14108 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 Employers Liability. B. Minimum Limits of Insurance Coverage Required $1 Million per Dccurrence/$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 )AI rating. 3. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. p. 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 Liabfflity Endorsement Form for the Giy of Palm Sprints 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 bellow. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 7-PAGE 4 5114/08 As an alternative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language,- "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City." 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mail return receipt requested has been given to the City." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See Example B below. The Workers' Compensation and Employer's Liability policies shall contain waiver of subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them- E. Acceptable Alternatives to Insurance IndustrV Certificates of Insurance The City will accept either a CIS 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 CIS 20 37 10 01. In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premimium) and additional insured and/or loss-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 7-PAGE 5 5/14/08 F. Endorsement Language for Insurance Certificates Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL VNIDE `TORT-9 MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN 9L�-T C4�LI IOE_Q_M All cl Iru nlnTlrC I- nln MMI IrnTlnnl no 61ABIkl-T_y_ II n W KIND UPON THEyINc-1-11oeo ITS AGIENTS no PRPf]E-SEnITAT E-9 *The brokedagent can include a qualifier stating "90 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 7-PAGE 6 5114108 Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com, Type of work covered: A. Personal services contracts; B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and D. Providers of goods. K 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 7,PAGE 7 5114108 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 casts shall be absorbed in the Contractor's bid- Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefore. 7-12 DUST CONTROL 7-12.1 General A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the rpoiect, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer, The Contractor shall complete and submit a City of Palm Springs Fugitive Dust (PM-10) Control Plan, for review and approval by the City Engineer, at the Pre-Construction Conference. 7-12.2 Payment — Full compensation for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefore. END OF SECTION - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.26 SPECIAL PROVISIONS-SECTION 7-PAGE 8 5/14/08 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 8-PAGE 1 5114108 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 Contractors 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 DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 9-PAGE 1 5114108 amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of 'work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have -the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization — Mobilization items listed herein be completed as specified. Mobilization shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. 2. Installing temporary construction power, wiring, and lighting facilities in accordance with Section 7.8.5, "Temporary Light, Power, and Water" of the Standard Specifications and these Special Provisions. 3. Providing on-site communication facilities for the Contractor and the Engineer, including telephones, 2-way radios, pagers, modems, and facsimile machine, as specified in these Special Provisions. 4. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4, "Sanitation" of the Standard Specifications. 5. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and safety on and about the site of the Work. 6. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety". 7. Obtaining and paying for all required bonds, insurance, and permits. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 9-PAGE 2 5/14/08 B. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 9. Having the Contractor's superintendent at the jab site full-time. 10. Submitting of the required Construction Schedule, as specified in the Section 6- 1, "Construction Schedule and Commencement of Work" of the Standard Specifications. 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 bid amount for Mobilization 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 - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO.07-26 SPECIAL PROVISIONS-SECTION 9-PAGE 3 5/14/08 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Dust Control and 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 be responsible for project site maintenance as per section 7-8 of the Standard Specifications. 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, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. Payment for dust control and site clean up shall be considered as included in the various bid items of work, and no additional payment will be made therefore. 10-1.2 Record Drawings The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1. Measured depths of elements in relation to fixed datum points. 2. Measured 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. A complete set of legible record "as-built" drawings of the entire set of Project Drawings shall be provided to the Engineer for review and approval, prior to final acceptance of the Work. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO,07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 1 Final payment shall be withheld until "as-built" drawings are provided to the Engineer, reviewed and approved as to representation of work constructed, and accepted by the City. 10-1.3 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. Location and Progression of Work — The Trash Enclosure Modification Improvement (Trash Enclosure) work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment, etc. necessary for construction of modification improvements to an existing trash enclosure structure located in downtown Palm Springs, southwest of the Fisherman's Market Restaurant and to the rear of the multi-level parking structure at northwest comer of the intersection of Indian Canyon Drive and Baristo Road, in the City of Palm Springs, California. Modification improvements include installation of two large (8' X 12') and one small (5' X T) access openings with automated electric electrically operated lockable pad entry metal roll-up doors, spill control for grease disposal container, additional height to existing masonry,block wall, an electrical hot water heater, hot and cold water hose bibs, electrical extensions and appurtenances required to support two (2) 25 cubic yard electric trash compactor units with odor control (not a part of this contract), lighting and decorative: metal panels along the top of the perimeter of the masonry block wall. These improvements shall be complete and operational to the satisfaction of the City of Palm Springs. The Downtown Alleyway Beautification (Alley Improvements) work under this contract shall consist of all labor materials, vehicles, tools machinery, equipment etc. necessary for modifications to the alley and pedestrian access located in downtown Palm Springs, west of the multi-level parking structure at the northwest intersection of Canyon Drive and Baristo Road, and north of the Chophouse Restaurant in the City of (Palm Springs. Improvements include demolition Of existing concrete paving, pavers, steel bollards, planter, and tree, and the installation of new interlocking pavers, concrete bands, colored concrete paving, lighted bollards, steel bollards, a decorative steel panel wall, electrical and lighting. These improvements shall be completed to the satisfaction of the City of Palm Springs. Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addenda or clarifications shall be furnished, placed, installed or performed. ORDER OF WORK First Order of Work - The first order of work shall be to install the project signs and construction information signs ten (10) working days prior to the start of work. Second Order Of Work - The second order of work shall be to field measure and order decorative prefabricated metal panels, equipment, and other materials requiring long lead DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO 07-26 CONSTRUCTION DETAILS 5114108 SPECIAL PROVISIONS-SECTION 10-PAGE 2 times consistent with the requirements of Section 4-2.2 Materials -- Placing Orders of these Specifications. Third Order of Work - The third order of work shall be to install traffic control required for the first phase of work. Fourth Order of Work - The fourth order of work shall be to install initial project Storm Water Pollution Prevention Control BMP's. Fifth Order of Work — The fifth order of work shall be to secure a temporary location for the existing trash bins and grease dispenser next to the construction site that is secure from animal access and unwarranted dumping, with access to the bins and dispenser for use by the surrounding restaurants and the solid waste disposer. The Contractor shall provide written instructions to all restaurant owners as to the location and access times of the bins and dispenser. This effort will be coordinated with the waste dispenser. Through the. _construction period, the Contractor will continue to coordinate with the waste dispenser and shall provide scheduled access for the waste disposer to the bins and dispenser as required and acceptable to the restaurant owners and waste disposer. Sixth Order of Work - The sixth order of work shall be required demolition, debris removal, clearing, grubbing and removals per the drawings and as directed by the Engineer. _ Seventh Order of Work - The seventh order of work shall be the construction of trash enclosure and alley improvements corresponding to the plans. All pedestrian and vehicular traffic shall be adequately detoured at all times through and around the surrounding alley during the demolition and construction Of proposed improvements_ during non-construction hours, routes for pedestrian traffic shall be maintained, and the Contractor shall take all precautions necessary to flag and protect open trenches and excavations from pedestrian access with the project area. 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5114108 SPECIAL PROVISIONS-SECTION 10-PAGE 3 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 Part 6 of the 2003 MLITCD and Part 6 of the 2004 MLITCD CA supplement, T11, T1a, and T13, of the May 2006 State Standard Plans shall be used as applicable, 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.. All traffic control used for this project'shall be in accordance with the approved traffic control plans included in the project Drawings, unless otherwise approved by the Engineer. 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 shall be provided by the Contractor. All signs shall be removed within 24 hours after the effective date. 10-2.5 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 commencernent of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. local access shall be maintained to all properties fronting the Work at all times. 10-2.6 Parking and Access -- Access will be restricted within the alley throughout the duration of the project during construction hours only. Following completion of construction each day, the Contractor shall ensure the work area is adequately secured and provide appropriate routes for pedestrian access through the work area. Vehicular access may be restricted in the alley during non-construction hours, if in the opinion of the Engineer the construction work occurring prohibits reasonable and safe access for vehicular traffic through the construction zone. 10-2.7 Pedestrians — The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. Payment for installation of pedestrian signs and barricades shall be considered as included in the various bid items of the Laid Schedule, and no additional compensation will be allowed therefore. 10-2.8' 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. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO,07-26 CONSTRUCTION DETAILS 5114/08 SPECIAL PROVISIONS-SECTION 10-PAGE 4 10-2.9 Measurement and Payment — Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any. permits, and in accordance with the Standard Specifications and these Special Provisions. Payment for traffic control shall be considered as included in the various bid items of the Bid Schedule, and no additional compensation shall be allowed therefore. 10-3 EARTHWORK 10-2.1 Clearing, Removals and Demolition - All clearing, grubbing and removals shall conform to Sections 300-1.1, 300-1.2, and 300-1.3 of the Standard Specifications. Clearing, grubbing and removals shall consist of removing all existing objectionable natural materials and existing improvements in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away, salvaged to the City Yard (where required), or properly disposed of. Clearing, grubbing and removals shall specifically include removal of existing PCC surface, curb, gutters, and wall foundations, masonry blocks and grouting, reinforcing steel, existing electrical, lighting and water facilities, drainage structures and facilities, bushes and other landscaping, irrigation, and miscellaneous improvements, as well as all other miscellaneous improvements shown on the drawings, but not separately paid for in the Bid Schedule(s) or not individually specified in these special provisions. Should the Contractor damage any item to be salvaged, as indicated on the drawings, the Contractor will be responsible for replacing the item in kind and in new condition at no additional cost to the City. Payment for clearing, removals and demolition shall be made at the Contract lump sum price(s) bid for "Clearing, Removals and Demolition." It should be noted that separate clearing, removals and demolition are identified for the trash enclosure improvements, and for the alley improvements, as shown on the plans. Clearing, relocations or adjustments not specifically designated in these special provisions or separately paid for in the Bid Schedule(s), shall be on a lump-sum basis and shall include full compensation for furnishing all, labor, materials, tools, equipment, saw cutting and incidentals for doing all work involved for the all items specified herein and in Subsection 300-1.4, "Payment," of the Standard Specifications and no additional compensation shall be allowed. Special Note: Payment for clearing, removals and demolition,-including relocations or adjustments not specifically identified on the Plans, not specifically designated in these Special Provisions or separately paid for in the Bid Schedule, shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. The Contractor shall be required to adequately and completely remove any and all existing improvements within the limits of the Work, as necessary to construct the required improvements. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 6/14108 SPECIAL PROVISIONS-SECTION 10-PAGE 5 10-3.2 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 identified on the Plans for removal, repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents. The Contractor shall be responsible ,for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-3.3 Rights of Way— The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of- way involved until notified by the Engineer that the City has secured authority therefore from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same. Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 10-3.4 Unclassified Excavation — Unclassified excavation shall consist of all excavation unless separately designated. The text of Subsection 300-2.7 of the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted." DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONSTRUCTION DETAILS CITY PROJECT NO,07-28 5114/08 SPECIAL.PROVISIONS-SECTION 10-PAGE 6 Payment for unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. 10-3.5 Unclassified Fill — Unclassified fill shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications. However, the top 12 inches of subgrade and topsoil shall have a minimum relative compaction of 95 percent. Payment for unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. 10-4 SUBGRADE PREPARATION 10-4.1 Subgrade Preparation - Preparation of subgrade shall conform to Section 301-1.2 of the Standard Specifications. The subgrade shall have a minimum thickness of 6 inches. Portland cement concrete pavement is to be placed on compacted subgrade- The top 6 inches of subgrade material shall be compacted to a relative compaction of 95 percent. 10-4.2 Grade Tolerance - Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0.05 feet above or below the grade established on the project plans. 10-4.3 Watering - Water for use in subgrade preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits. Water shall be applied to compact soil, subgrade, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. 10-4.4 Payment - Payment for preparation of subgrade shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-5 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 slab, curb, ramps and sidewalk. Except as otherwise specified, all Portland cement concrete used on this project shall be Class 330-C- 23 (560-C-3250) with a maximum slump of 100mm (4 in) for all Portland cement concrete and with the exact mix proportions being determined by the Contractor except for trench backfill slurry, air-placed Concrete-Method B, and as specified by the Engineer. 10-5.1a Concrete Reinforcement — Reinforcing steel shall be Grade 300 billet steel conforming to ASTM A 615/615M. Steel bending shall conform to the requirements of Manual of Standard Practice of the Concrete Reinforcing Steel Institute. Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 7 Concrete reinforcement shall be placed, supported and secured against displacement. No deviations from required positions will be allowed. The Contractor shall maintain concrete cover around reinforcing per ACI requirements. The Contractor shall furnish a "Certificate of Compliance' with the specifications of ASTM Designation: A 615. All laps shall conform to the requirements of A.C.I. Manual, Standard 318 latest edition. Laps requested by the Contractor for his convenience shall be subject to approval by the Engineer. 10-5.2 Vandalism — The Contractor is responsible for protecting all new Portland cement concrete construction from vandalism. All construction of Portland cement concrete shall be conducted under direct supervision of the Contractors staff, and shall be monitored until the work has adequately cured and is not susceptible to damage from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the Engineer, at no additional cost to the City_ 10-5.3 Measurement and Payment — Payment for construction of Portland cement concrete 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 City Engineer, shall be based on the following: Bid Description Unit a) Construct 6" P.C.C. Pavement SF b) Construct 8" Reinforced P.C.C. Pavement SF c) Construct 8" Full Depth Color P.C.C. Pavement SF d) Construct 8" Full Depth Color Reinforced P.C.C. Pavement SF e) Construct 5" Full Depth Color P.C.C. Pavement SF f) Construct 5" Full Depth Color Reinforced P.C.C. Pavement SF Payment for concrete reinforcement shall be considered as included in the payment for the various bid items requiring reinforcing and no separate payment shall be allowed therefore. Payment for concrete items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, preparation of subgrade, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made,for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid_ DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO 07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 8 10-6 STORM DRAIN 10-6.1 Storm Drain Pipe — Storm drain pipe to be furnished shall be 4" Schedule 40. Installation of storm drain pipe shall conform to Section 306 of the "Greenbook" Standard Specifications. 10-6.2 Floor Drain with Hinged Locking Traffic Rated Grate — The Contractor shall construct floor drains with hinged locking traffic rated grates, at the locations and dimensions shown in the plans, in conformance with manufacturer's recommendations for a Zum Floor Drain Model #2-810 12" Heavy Duty Drain or equal. 10-6.3 Terminal Cleanout—The Contractor shall construct storm drain terminal ceanout at the location and dimensions shown in the plans, in conformance with Standards For Public Works Construction, Drawing No. 204-1. 10-6A Measurement and Payment - Measurement and payment for storm drain improvements shall be based on the unit prices identified in the Bid Schedule(s). The Contract unit prices paid for the various storm drain improvements constitute full compensation for fumishing and placing such improvement as specified herein, and located and dimensioned on the plans, and shall include all earth and trench work including: excavation, dewatering, placement of bedding and backfill to the paylines indicated, compaction efforts, pipe jointing, connection to structures, and joining existing storm drain pipe. 10-7 WATER IMPROVEMENTS 10-7.1 General —The work includes, but is not limited to, coordination with the Desert Water Agency, all excavation, backfill, disposal, verification of utilities, installation of all copper piping and pipeline fittings, as required to install hot and cold water service to the trash enclosure, including connection to an existing 2" copper service lateral, connection to an electrical water heater, and installation of a cold and hot water hose bib and connection of hot and cold water to recessed bib, completed, in place.and operational per the Drawings, these specifications and local plumbing standards. 10-7.1.1 Related Work — Examine all Drawings and Specifications pertinent to the proper completion of the work. Coordinate installation of the electrical material, including conduit and wiring so there shall be no interference with other utilities or other construction trades. 10-7.1.2 Supervision and Workmanship — The Contractor, personally or through an authorized and competent representative, shall supervise the work constantly, and shall, as far as possible, keep the same foremen, workmen, or subcontractors on the job from commencement to completion. The workmanship of the entire job must in every way be first class, and only experienced and competent workmen will be allowed on the job. 10-7.1.3 Guarantee —Should any trouble develop in the water system installation within one year from date of acceptance of the project, due to faulty or inferior material, or workmanship, the trouble shall be corrected by the Contractor without expense to the City. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 6/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 9 Prior to acceptance of the work, the Contractor shall provide the Engineer with a letter, on company letterhead and signed by a corporate officer or owner, acknowledging the one-year guarantee on the wailer line improvements, and responsibility for providing immediate correction and repair when directed by the Engineer. 10-7.2 Measurement and Payment -- The contract lump sum price paid for "Install Water System Improvements -- Complete and Operational," shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, field measuring ordering necessary materials, delivering, furnishing, connecting to existing system and installing a water system improvements necessary for hat water service to the trash enclosure, in place and fully operational, per the Drawings, these specifications and as directed by the Engineer; and no additional compensation will be allowed therefore. 10-8 Electrical Improvements 10-8.1 Description of Work — Contractor shall furnish all labor, material, equipment, tools, permits, transportation, and perform all operations for the complete installation of the electrical system and connection to existing electrical sub-panels in parking structure shown on the drawings and herein specified. 10-8.1.1 Related Work — Examine all Drawings and Specifications pertinent to the proper completion of the work. Coordinate installation of the electrical material, including conduit and wiring so there shall be no interference with other utilities or other construction trades. 10-8.1.2 Code Regulations Permits and Fees — Obtain and pay for all permits, as well as all inspections, connections and other fees. Construction and testing of equipment shall comply with the latest applicable standards of the following: a) American National Standards Institute (ANSI) b) Institute of Electrical and Electronic Engineers (IEEE) c) National Electrical Manufacturer's Association (NEMA) d) Underwriter's Laboratories, Incorporated (UL) e) American Society for Testing and Materials (ASTM) f) Insulated Power Cable Engineer Association (IPCEA) g) Illuminating Engineering Society (IES) h) National Fire Protection Association (NFPA) i) National Electrical Contractor Association (NECA) j) California Electric Code (CEC) k) Occupational Safety and Health Administration (OSHA) 1) California Building Code (CBC) m) National Electric Code (NEC) ' n) National Electric Safety Code (NESC) Wherever standards are referred to in this specification, the latest edition in effect during the bidding shall govern. All work shall conform to NECA "Standards of Installation" as a DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5/14108 SPECIAL PROVISIONS-SECTION 10-PAGE 10 minimum. Nothing in these Drawings or Specification is to be construed to permit work not conforming to these codes. When the Specifications call for materials or construction of a better quality or larger size than required by the above mentioned rules and regulations, the provision of the Specifications shall take precedence over the requirements of the said rules and regulations. The Contractor shall furnish without any extra charge any additional material and labor when required by the compliance with these rules and regulations, though the work may not be mentioned in these particular Specifications or shown on the Drawings. 10-8.1.3 Drawings - The accompanying Drawings are intended to show the general arrangements and the extent of the work. The exact location and arrangement of all parts shall be determined as the work progresses to conform in the best possible manner with the surrounding s and as directed by the Engineer; If any departures from the drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Engineer for review. No departures shall be made without prior written acceptance of the Engineer; Figured dimensions should be followed without reference to scale. Where dimensions are not shown, measurements shall be scaled. 10-8.1.4 Submittals — Five (5) copies of electrical and lighting submittals will be required for the following items: a) Circuit Breakers; b) Pullboxes; c) Conductors; d) Conduit; e) Concrete Bollard Lighting; f) Exterior Light Fixtures; g) Programmable Lighting Control Equipment. Include detailed specifications and construction data. Manufacturer's regular catalog sheets will not be acceptable unless they indicate completely all of the specification requirements including, but not limited, to: a) LIL labeling; b) Amperage, voltage, wattage, phase, etc.; c) Physical size; d) Light fixture photometric data; e) Schematics/shop drawings (major equipment only); f) Where submittal sheets cover several sizes or types of equipment, they shall be clearly indicated, by the use of different color ink, the type or size to be used on the project and the use intended. Products submitted as substitutions shall be identified in the index as-a substitution. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 11 Brochures shall contain a Certification that the equipment and materials are suitable for conditions shown and specified, and that the equipment and materials are believed to be in conformity with the drawings and specifications, except as may specifically described, and that approval is recommended. The certification shall be signed by the Contractor. Brochures received not in conformity with these requirements shall be returned for required action. If requested by the Engineer, the Contractor must submit in writing documented proof showing a minimum of three (3) such similar lighting projects performed within the last five (6) years_ Include the project name, contact person and telephone numbers to reference such work. If submitting an alternate submittal, the Manufacturer must complete the following schedule showing the parameters of the alternate submittal. This information will be evaluated by the Engineer to determine if equally suitable as a substitute: a) Maximum kilowatt consumption; b) Descriptive Viterature; c) Manufacturer's guarantee. 10-8.1.5 Substitutions - Equipment called for in this design are called out by manufacturer and model number in specifications hereon. This equipment is intended to be descriptive to indicate the quality and characteristic of the product that will operate satisfactorily. Submittals offering "equal' products will be considered for approval if such products are determined by the Client to be equal in all respects to the brand name products. Written approval from the Engineer shall be required for any equipment or material substitution. The Contractor shall be responsible for the performance of substituted equipment and material. If substituted equipment or material proves unsatisfactory in the opinion of the Engineer, the Contractor shall remove and replace the substituted equipment or material with original specified equipment or material at no additional cost to City. Approval of the submittals by the Engineer, or any part of the contents therein, shall not eliminate the responsibility for compliance with the drawings and specifications, nor shall it eliminate the requirements or the responsibility for freedom from errors of any sort in the data submitted. 10-8.1.6 Layout Of Work - The Contractor shall stake out the electrical system as shown on the Drawings. These areas shall be checked by the Contractor and the Engineer before construction is started. Any changes, deletion or additions shall be determined at this check. The drawings are schematic only unless specifically dimensioned. Check all drawings to make sure this work conforms to all conditions shown thereon. Exact locations shall be determined on the job to suit the actual conditions; verify with the Engineer any variations. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONSTRUCTION DETAILS 5114108 SPECIAL PROVISIONS-SECTION 10-PAGE 12 Locations as determined are the Contractors responsibility and changes required because of such actions shall be by the Contractor at no extra cast to the City.. Contractor shall connect electrical system to sub-panel in existing parking structure as indicated on drawings, or as directed by the Engineer. Contractor shall be responsible for minor changes caused by site conditions. 10-8.1.7 Record Drawings - The Contractor shall maintain a set of electrical drawings at the job site neatly marked with all changes from the original contract drawings. This set of drawings shall not be used for construction purposes and shall be available to the Engineer at all times. Drawings shall be kept up to date as the job progresses and shall be delivered to the Engineer at the completion of the contract. A fresh, clean set of drawings on which variations to the original construction documents are legibly recorded and designated "as-built" shall be furnished to the Engineer upon completion and acceptance of work and before final payment is made. 10-8.1.8 Operations and Maintenance Manuals - The Contractor shall furnish three (3) sets of operational and maintenance manuals to the Engineer. These manuals shall include all items designated in the specifications, shall be assembled in an indexed three-ring binder as described in the paragraph titles "SUBMITTALS' and shall include all warranties. Separate equipment brochures will not be acceptable. A pictorial parts list, operation and maintenance instructions, system descriptions, schematic wiring diagrams and equipment cut sheets shall be included for each item with source information. NOTE: These manual shall be delivered to the Engineer before final acceptance of the installation by the Engineer. Final acceptance of the installation shall not occur until the Engineer has been trained in the maintenance and operations of all equipment for a minimum of four(4) hours. 10-8.1.9 Coordination with Electric Utilities -The Contractor shall coordinate with the local utility agency new electrical required for the project. The Contractor shall coordinate with the local utility agency and other trades involved to determine requirements for temporary power required for this project. No additional charges shall be made to the City for wiring, connections, pole, fixtures or devices required to facilitate construction. 10-8.1.10 Storage at the Site - The Contractor shall not receive material or equipment at the job site until ready for installation, or until there is suitable space provided to properly protect equipment from rust, weather, humidity, dust and physical damage; Store major electrical and lighting equipment (switchboards, panel boards, lighting fixtures, etc.) sealed in original factory wrapping in a clean, dry, conditioned environment protected from the weather. Storage outdoors in not acceptable. 10-8.1.11 Supervision And Workmanship - The Contractor, personally or through an authorized and competent representative, shall supervise the work constantly, and shall, as DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONSTRUCTION DETAILS CITY PROJECT NO.07.26 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 13 far as possible, keep the same foremen, workmen, or subcontractors on the job from commencement to completion. The workmanship of the entire job must in every way be first class, and only experienced and competent workmen will be allowed on the job. 10-8.1.12 Guarantee - Should any trouble develop in the electrical and lighting installation within one year from date of acceptance of the project, due to faulty or inferior material, or workmanship, the trouble shall be corrected by the Contractor without expense to the City. 10-8.2 Products — All materials in the system shall be delivered to the site in original and unbroken packages marked and tagged with UL labels; size, month and year of manufacture, not to exceed eight months prior to date of delivery- 10-8.2.1 Conduit Pipe — Conduit pipe shall comply with Underwriters Laboratories (UL) and shall be new, delivered to the job site in standard lengths with each length bearing the manufacturers stamp and U.L. Label and shall comply with the following: 1. Rigid steel conduit or intermediate metal conduit (IMC) fittings and accessories shall be hot-dipped galvanized or sherardized, with threaded connections. 2. Electric metallic tubing (EMT), couplings, and connectors shall be hot-dip galvanized or sherardized. Couplings and connectors shall be of the compression or drive on type. 3. Flexible conduit shall be galvanized steel and shall be installed with compression type connectors. 4. Liquid tight flexible conduit shall be galvanized steel with molded UL approved covering, and shall be installed with liquid tight fittings. 5. Plastic conduit shall be polyvinyl chloride (PVC) schedule 40 (80). Fittings shall be solvent welded type. Plastic Conduit shall only be-used for underground conduit. Plastic (PVC) coated conduit shall be hot dipped galvanized or sherardized with polyvinyl coating bonded to the outside surface. The thickness of the vinyl jacket shall be a minimum of 20 mils. All couplings shall have a plastic sleeve extending beyond both ends approximately one pipe diameter. 10-8-2.2 Electrical Supporting Devises -- Provide auxiliary supports, saddles, blocking, framing, brackets, backing, etc- as required to meet special conditions for installation of conduit, lighting fixtures, transformers, switches, panels, equipment, etc. 10-8.2.3 Wire and Cable—Wire and Cable shall comply with the following: 1- Provide wire with a minimum insulating rating of 600 volts, except for wire, used in 50 volts or below applications for control of signal systems use 300 volt minimum or 600 volt where permitted to be incorporated with other wiring systems. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONSTRUCTION DETAILS CITY PROJECT NO.07-26 5114108 SPECIAL PROVISIONS-SECTION 10-PAGE 14 2. Conductors shall be electrical grade annealed copper, tinned if rubber insulated, fabricated in accordance with ASTM standards, 600 volt insulated, and shall be THHN/THWN or XHHW for feeders and Type THHN/THWN for branch circuits. Wire systems shall comply with the following color code: a) 120/208 volts code i) Phase A- Black. ii) Phase B - Red. iii) Phase C - Blue. iv) Neutral - White. v) Ground - Green. b) 277/480 Volt Code i) Phase A - Brown. ii) Phase B - Orange. iii) Phase C - Yellow. iv) Neutral - Gray. v) Ground - Green. Color-code wiring For control systems installed in conjunction with mechanical and/or miscellaneous equipment in accordance with the wiring diagrams furnished with the equipment. Factory color code wire number 6 and smaller. Wire number 4 and larger may be color coded by color tapping of the entire length of the exposed ends. 3. Electrical Tape shall be designed for use as insulating tape and shall consist of Super 33+ Scotch vinyl electrical tape as manufactured by 3M or equivalent. 4. Connectors and splices shall be UL-listed factory-fabricated wiring connectors of size, ampacity rating, material, type and class for application and service indicated. 10-8.2.4 Outlet Boxes - Outlet boxes for concealed wiring systems shall be pressed steel knockout type and shall be plated for corrosion resistance_ All boxes shall be of proper code size for the number of conductors or conduits passing through or terminating therein but in no case shall any box be less than 4 inches square. Covers shall be as hereinafter specified or of the type most suitable for the devices used at the outlets and shall finish flush with finished surfaces. Approved factory-made knockout seals shall be used in all boxes where knockouts are not intact. 10-8.2.5 Junction Boxes — Junction boxes shall be Aluminum reinforced, with removable covers secured by brass machine screws. Where size of box is not indicated, size to permit pulling, racking, and splicing of the cables. Braze a ground connector suitable for copper cables to the inside of the box_ DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONSTRUCTION DETAILS CITY PROJECT NO-07-26 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 15 10-8.2.6 Pull Boxes 1. Interior pull boxes shall be core gauge galvanized steel with knockouts for conduit entrance. Boxes shall have screw covers and size shall be as shown or as required by code. 2. Exterior pull boxes shall be code gauge galvanized steel with threaded hubs for conduit entrance. Boxes shall have screw covers and size shall be as shown or as required by code. 3. Duplex convenience receptacles shall have nylon face with high grade brass alloy triple wipe contacts. Receptacles shall conform to NEMA WD1 and WD6. UL listed to Federal Spec WC-596-F. Provide 2 pole, 3 wire grounding type with a green colored brass hexagonal equipment grounding screw_ Grounding system shall be rivetless, single piece brass ,with no mechanical connections in the primary path between point of ground wire termination and ground blades. Provide isolated ground type where indicated on the drawings_ Use 20 Amp, 120 Vac, 2P, 3W rated devices and shall be either Hubbell model 53621, Leviton model 5362AI, Arrow Hart model 53521 or Equivellant as approved by the Engineer. 4. Face plates shall be provided',for all wall receptacles, outlets and switches and shall be stainless steel with satin finish, and weather proof. When two or more switches or devices are shown in one location, mount under a common plate_ 10-8.2.7 Wiring Devices—Wiring Devices shall comply with the following: 1. Duplex receptacles shall be 15-ampere grounding type. Color shall be ivory except on wood finished surfaces where brown will be used. Switches shall be AC general- use snap switches, specification grade, and 20 amperes, 120 volt AC, as shown on the Electrical Drawings. Mount switches 42 inches from the finished floor to bottom of switch, unless otherwise noted,. Coordinate switch mounting with drawings. 2. Receptacle outlets on 15 and 20 ampere branch circuits shall be 15 amp. - Receptacle outlets on branch circuits rated above 20 amps shall have an ampere rating to match the branch circuit rating (Reference Table 210-21 [b][3] of NEC). All receptacles are to be the grounding type unless otherwise noted. Receptacles are to have voltage and phase ratings to match circuits being served. Install GFCI and WP receptacles where noted on the drawings. Devices shall be Hubbell or Sierra as follows: a) S.P,S_T. Switch 1221-I 5721 b) 2 Pole Switch 1222-1 5722 c) 3 Way Switch 1223-1 5723 d) 4 Way Switch 1224-1 5724 e) Duplex Receptcale 5252-1 1404 f) Pilot Light Switch 1221-PLC 5729-A g) Key Switch 1221-L 5771 DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5114/08 SPECIAL PROVISIONS-SECTION 10-PAGE 16 h) 20 Amperes Duplex Receptacle 5362 1464 1. 20-ampere duplex receptacle shall be used where a single receptacle outlet is connected to one branch circuit. 2. Dimmer (Local) Switches: 2000 Watt for incandescent lighting, linear slide, with RFI filter. Lutron or equal. 3. Duplex Convenience Receptacles: 3-pole grounded ivorine finish, rated 20 amperes, 125V Hbbel #5362-I. Receptacles connected to emergency circuits shall be red in color. 4. GFCI receptacles shall be Class A, feed-through duplex type with noise suppression complete with cover plate; 15 or 20 amperes as indicated on the drawings. Devices shall be Square D Type CFDR. 5. Other special purpose receptacles shown on the drawings shall be of same quality. 10-8.2.8 Outlet Cover Plates - Outlet cover plates for flush devices shall be smooth plastic color to match devices. Plates shall be equal to Sierra "P" Line. Plates shall be of the type required for the outlet. Plates shall have engraved designations filled with black enamel paint under any one of the following conditions: 1. More than two (2) gang wall switches; 2. Controlled devices out of sight of switch; 3. Receptacle outlets where voltage is other than 120 Volts; 4. Do all other outlets where deemed necessary. Designations shall be as shown on the drawings or as directed by the Engineer. Characters shall be 1/8 inch high and for estimating purposes shall be considered as 10 characters per designation, 10-8.2.9 Panel Boards — Panel Boards include, but are not limited to, Enclosed Switches and Circuit Breakers, Fuses, Panel Board and Sub-panel Enclosure. 1. Panel Board shall have a minimum integrated equipment short circuit rating of 22,000 amperes. Multi-pole breakers shall be common trip. The sub-panel enclosure shall be NEMA 3-13 type with locking door and will be mounted to the existing Perimeter Wall, trash enclosure interior side, using carriage bolts with round side flush with substation exterior side. Main Panel Board will have minimum dimensions of 36 inches wide by 8 inches deep and rated for use as service entrance equipment. Panel boards shall be labeled with a UL short-circuit rating. All circuit breakers shall be fully-rated unless the drawings specifically indicate series rated. When series ratings are applied with integral or remote upstream devices, a label or manual shall be provided. Panel board must be of the type which will accept the field installation of shunt trip devices of 60 amperes or less on the branch devices. It shall state the conditions of the UL series ratings including: DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT N0.07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 17 a) Size and type of upstream device b) Branch devices that can be used c) UL series short-circuit rating. The contractor will make provisions to allow future breakers. Enclosure shall be Code gauge steel box galvanized with a bolt-on ground connector to inside of enclosure. Doors must be provided on all lighting and power panels. On switch and fuse panel boards doors over over current devices are not to be provided unless rated for same- Heavy code gauge steel as required to maintain panel face flat. Hold front closed with trim clamps. Factory finished in medium gray enamel or two coats of air-drying lacquer over a rust inhibitor. Provide cylinder lock with key matching existing parking structure panel locks. Welded angle rest at the bottom of the door to Facilitate cover installation. 2. Panel Board shall comply with on of the following products and manufactures shown below or equivalent as approved by the Engineer. Cutler Hammer, Inc. GE Industrial Systems 1000 Cherrington Pkwy 4601 Park Road, Suite 400 Moon Township, PA 15108 Charlotte, NC 28209 Ph: (412) 893-3300 Ph: (800) 431-7867 www.cutier-hammer.eaton.com www.ge,com/industrialsystems/ Product—Type PRL1 a Product—Type AL or AQ Siemens Energy & Automation Square D. Company 3333 Old Milton Parkway 1415 S. Roselle Road Alpharetta, GA 30005 Palatine, IL, 60067-7399. Ph: 800-964-4,114 Ph: (847)397-2600 www2.sea,siennens.com www.squared.com Product—Type S1 Product-- I Line 3. Enclosed Switches and Circuit Breakers shall be heavy duty quick-make, quick- break type, non-fused and shall have plastic molded case with a completely sealed enclosure, toggle type operating handle, trip ampere rating and ON/OFF indication clearly visible. Breakers shall be thermal-magnetic trip-free, trip-indicating, quick- make, quick-break, with inverse time delay characteristics and single-handle and common tripping multipole breakers- Breakers shall have silver alloy contacts with auxiliary arc-quenching devices. Interrupting capacities shall be as indicated on the Drawings. As a minimum, 240 volt devices shall be not less than 10,000 AIC and 480 volt devices not less than 14,000 AIC. For lighting circuits provide devices labeled "SWD" for switching purposes. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO-07-26 CONSTRUCTION DETAILS 5/14108 SPECIAL PROVISIONS-SECTION 10-PAGE 18 Provide locking device for designated breakers. 4. Fuses shall have fused disconnects with dual-element time delay fuses and equip with rejection type fuse holders. All Fuses shall be provided From a single manufacturer From one of the following below or of equivalent as approved by the Engineer. Approved Fuse Manufactures Cooper Bussman Electronics Edison Fusegear Inc. 114 Old State Road 11939 Manchester Rd., Suite 134 Ellisville, MO 63021-5942 Des Peres, MO 63131 Ph: 636-527-3877 Ph: (314) 391-3443 www.bussman.com Ferraz Shawmut Littlefuse, Inc. 2756 E Brookwood Ct. 800 East Northwest Highway Phoenix, AZ 85048 Des Plaines, IL, 60016 Ph: 480-759-4424 Ph: (847) 824-1188 www-ferrazshawmut.com - www.littelfuse-com 10-8.2.10 Disconnect Switches — Disconnect Switches shall comply with the following: 1. Disconnect Switch shall be heavy-duty, horsepower rated, single-throw knife switch with quick-make, quick-break mechanism, capable of full load operations. Contractor shall meet NEMA and U.S. Government specifications for Class A switches. 2. Provide with contact arc-quenching devices, such as magnetic blowouts or snuffing plates. Provide self-aligning switchblades with silver alloy contact areas and designed so that arcing upon making and breaking does not occur on the final contact -surfaces. Provide with high-pressure, spring-loaded contact. Mount switch parts on high-grade insulating base. 3. Enclosure shall be NEMA 3R (Rain Tight) with hinged door, and defeatable interlock when switch is in "ON" position and can be positively padlocked in "ON" and "OFF" positions. 4. Size, fusing and number of poles as shown or as required. Where fused, the devices must be provided with UL listed rejection feature to reject all but Class R fuses. Provide horsepower rated switch to match motor load if no size is shown. Use 3 pole plus solid neutral switches on four wire circuits and 3 pole switches on all other circuits, unless otherwise noted. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO-07-26 CONSTRUCTION DETAILS 5114/08 SPECIAL PROVISIONS-SECTION 10-PAGE 19 5. Lugs must be UL listed for' aluminum and/or copper conductors and be front removable. Circumferential fittings must be used on all aluminum conductors. 6. Provide six (6) pole switches for connection to motors with the following starter types: a.) Non-reversing - two-step - part winding - star connected. b.) Non-reversing - full voltage -two speed separate winding. c.) Non-reversing -full voltage - two speed single winding. d.) Where otherwise required. e.) Provide auxiliary contacts for switches where required or where indicated on the drawings. Provide auxiliary contacts for all disconnect switches fed from a variable frequency drive or adjustable frequency drive. The auxiliary switch shall be arranged to operate before the main switch contacts and shall be connected to the VFD controls to shut down the VFD before the switch opens. 10-8.2.12 Exterior Ligiht Fixtures — Exterior lighting shall comply with ANSI C78 series applicable to each type of lamp indicated on the drawings. Provide fixtures with indicated lamps of designated type, characteristics, and wattage. Where a lamp is not indicated for a fixture, provide medium wattage lamp recommended by manufacturer. In general, exterior light fixtures shall comply with the following: 1. Trash Enclosure Improvements a) Light fixtures shall be a cutoff high pressure sodium wall pack, cast aluminum housing with tamper resistant lens manufactured by General Electric, Catalogue Number W25C-075-120-A-1-G-MED-DB or Equivalent as approved by the Engineer. Light fixture shall have a voltage of 70 Wafts and a V-A Rating of 70. b) The Contractor shall submit dark bronze color samples consistent with existing light fixtures within trash enclosure and on the parking structure for approval by Engineer prior to installation. 2. Downtown Alley Beautification'Improvements a) Exterior light fixtures shall be as specified in Fixture Schedule in the electrical drawings for the Downtown Alley Beautification improvements; b) Lighting for the concrete lighted bollards shall be recessed lighting as specified per the Fixture Schedule in the electrical drawings for the Downtown Alley Beautification improvements. The pre-cast concrete round bollard shall be as specified in the materials schedule of the Layout drawings of the Downtown Alley Beautification improvements and shall be weatherstone brown and light DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONSTRUCTION DETAILS 5114108 SPECIAL PROVISIONS-SECTION 10-PAGE 20 fixture shall be a dark bronze. The Contractor shall submit color samples of the proposed lighting/bollard system consistent with existing light fixtures within downtown parking area and on the parking structure for approval by Engineer prior to ordering the lighted bollards. c) Lamps shall comply with ANSI C78 series that is applicable to each type of lamp. Provide fixtures with indicated lamps of designated type, characteristics, and wattage. Where a lamp is not indicated for a fixture, provide medium wattage lamp recommended by manufacturer_ 10-8.3 Execution 10-8.3.1 General: Schedule and coordinate placement of material and equipment in a manner to effect earlier completion of work in conformance with construction and progress schedule. The Contractor shall not willfully install the electrical system as shown on the drawings, when it is obvious in the field that obstruction, grade differences, or difference in the area dimension exist that might not have been considered in the engineering. Such obstructions of differences must be brought to the attention of the Engineer. Any existing equipment, piping, pipe covering, sewers, sidewalks, landscaping, etc., should be located and protected prior to commencing work. Damage by the Contractor during the course of his work shall be replaced or repaired by the Contractor in a manner satisfactory to the Engineer and at the Contractor's own expense, and before the final payment is made. 10-8.3.1.1 Conduit Pipe — Conduit pipe shall comply with the following: 1. Conduit runs exposed and subject to mechanical injury shall be rigid heavywall galvanized steel. Aluminum conduit shall not be permitted to use in the installation. 2. Conduit runs exposed shall be rigid heavywall galvanized or sherardized steel. 3. Conduit runs below slabs, and underground exterior to the building shall be rigid heavywall galvanized or sherardized steel; PVC coated rigid heavywall galvanized steel, or schedule 40 (80) heavywall high impact, PVC electrical conduit. All PVC conduit joints shall be made with factory approved welding solvent. A ground wire shall be installed in all PVC conduits along with circuitry wiring, or with the duct bank in accordance with the requirements of the drawings. 4. Factory ells shall be of the same make, quality, and finish as the conduit used, or ells may be formed from conduit using approved factory benders_ All conduit ells used on the underground distribution shall have a minimum radius of ten times the conduit size where rising into equipment, or vertical runs, and shall be rigid heavywall steel, or plastic coated or wrapped rigid heavy wall steel. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5114/08 SPECIAL PROVISIONS-SECTION 10-PAGE 21 5. Changes of direction in underground conduit runs shall be made with long radius sweeps. 6_ No running threads or split couplings will be permitted. 7. Conduit terminations at outlets, boxes and cabinets shall be provided with locknuts and bushings. Ends of conduit 1 1/4" trade size and larger, and conduits containing #4 AWG size cables, and larger, shall be equipped with insulated bushings. Feeder conduit bushings shall be grounding type. 8. All conduit bodies installed in any location where moisture is apparent shall be equipped with rubber gaskets. 9. The Contractor shall furnish and install fittings, special devices and material, which may be required for the proper installation of the conduit system. 10. Conduits shall be thoroughly swabbed out. The Contractor shall leave all conduits dry and clean of obstructions. Conduits stubbed up during the course of construction shall be capped with a fitting approved for the purpose. 11. Conduit and metallic raceway systems shall be mechanically and electrically continuous from sources of current to all outlets in a manner to provide a continuous grounding path. 12, Install a 118" nylon line, end to end in each spare or empty conduit, with a tag at each end, designating opposite terminus of the conduit, and planned use or designation of conduit. 10-8.3.1.2 Wire and Cable --Wire and Cable shall comply with the following: 1. Unless otherwise noted on the drawings, all wire and cable shall be installed in conduits. 2. All power and control circuits shall be identified at each terminus, and in each junction or pull box. Lighting and power circuits shall be identified as to panel and circuit. Wire markers shall be Brady, or equal. 3. Make connections, splices, and tapes and joints with soldelless devices, mechanically and electrically secure. Protect exposed wires and connecting devices with electrical tape or insulation to provide protection not less than that of the conductor. -4. Extend wire sizing for the entire length of a circuit, feeder, etc. unless specifically noted otherwise. Contractor shall not install wire in incomplete conduit runs or until after the concrete and masonry work is completed and moisture is swabbed from conduits. Eliminate splices wherever possible. Where necessary, splice in readily accessible pull,junction, or outlet box. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONSTRUCTION DETAILS 5114/08 SPECIAL PROVISIONS-SECTION 10-PAGE 22 10-8.3.1.3 Wiring Devices — Unless otherwise noted, mount receptacle vertically with U- shaped ground position on bottom_ 10-8.4 Installation 10-8.4.1 General: All devices shall be flush-mounted except as otherwise noted on the drawings. 1. Comply with layout drawings for general location; contact the Engineer for questions about locations and mounting methods. 2. Relocate outlets obviously placed in a location or manner not suitable to the finish or conflict with other proposed item locations. 3. Align devices vertically and horizontally. Device plates shall be aligned vertically with a tolerance of 1/16". All four edges of device plates shall be in contact with the wall surface. 4. Mounting Heights as indicated on the Drawings and according to ADA requirements. 5. Provide barriers between ganged 277 volt switches of different phases. 6. Securely fasten devices into boxes and attach appropriate cover plates. 7. Install power outlets complete with back boxes, where installed in existing buildings or extensions of existing buildings. Coordinate phase connections for rotating equipment with connections in existing building. 8. Install device plates on all outlet boxes_ Provide blank plates for all empty, spare and boxes for future devices. 9. Caulk around edges of outdoor device plates and boxes when rough wall surfaces prevent a raintight seal. 10-8.4.2 Panel Boards — Panel Boards shall comply with the following: 1. Enclosed Switches and Circuit Breakers shall have disconnects labeled to indicate equipment served, such as 'Trash Compactor" or "Alley Lighting". Use 1/16 inchthick laminated plastic composition material with contrasting color core. Engraved letter shall be 1/4 inch high. Attach labels with screws. 2. Label panel boards and each breaker in main panel board with 1/16 inchthick laminated plastic composition material with contrasting color core. Engraved letters shall be 1/4 inch high. Provide typewritten circuit schedules in lighting and distribution panel boards to identify panel board and load served by each branch breaker. 3. Mount all panels at a maximum height of 6 feet 6 inches to top unless otherwise noted. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 23 4. Neatly arrange branch circuit wires and tie together in each gutter with Thomas & Betts nylon "Ty-Raps" or equivalent as approved by the Engineer, or approved equal at minimum 4 inch intervals. 5. Plug all knockouts removed and not utilized. 6. Provide grounding and bonding jumpers per Section 16450 and as indicated on the Drawings. 7. Vacuum all baclkboxes clean of debris after installation and prior to contract closeout. 8. Touch up scratch marks, etc. with matching paint. 10-8.4.3 Outlet/Junction Boxes— Outlet/Junction Boxes shall comply with the following: 1. Provide outlet, junction, and pullboxes as indicated on the drawings and as required for the complete installation of the various electrical systems, and to facilitate proper pulling of wires and cables. J-boxes and pullboxes shall be sized per electrical code minimum. Boxes on empty conduit systems shall be sized as if containing conductors of#4 AWG. 2. Install boxes and covers for wiring devices so that the wiring devices will be installed with a vertical orientation unless otherwise noted on the drawings. 3_ The exact location of outlets and equipment is governed by structural conditions and obstructions, or other equipment items. When necessary, relocate outlets so that when fixtures or equipment are installed, they will be symmetrically located according to the room layout and will not interfere with other work or equipment. Verify final location of outlets, panels equipment, etc., with the Engineer's approval. 10-8.4.4 Disconnect Switches— Disconnect Switches shall comply with the following: 1. Each motor over 112 HP shall be provided with a horsepower-rated safety-type disconnect switch. 2_ Each piece of equipment utilizing multi-phase power shall be supplied with a safety-type disconnect switch. 3, Each piece of equipment utilizing single-phase power but protected at over 30 amperes shall be supplied with a safety-type disconnect switch. 4. Equipment other than that mentioned above may utilize a toggle type manual control switch properly sized and rated for the equipment it disconnects. 5. Factory installed disconnect switches may be used to satisfy the above requirements with the Engineer's approval. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT N0,07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 24 10-8.4.5 Light Fixtures — Light fixtures shall comply with the following: 1. Set units plumb, square, level, and secure according to manufacturer's written instructions and approved Shop Drawings, 2. Concrete Foundations: Construct according to Electrical Drawings. 3. Comply with details and manufacturer's recommendations for reinforcing, anchor bolts, nuts, and washers. Verify anchor-bolt templates by comparing with actual pole bases furnished. 4. Finish: Trowel and rub smooth parts exposed to view. 5. Fixture Attachment: Fasten to indicated structural supports. 6. Fixture -Attachment with Adjustable Features or Aiming: Attach fixtures and supports to allow aiming for indicated light distribution. 7. Lamp fixtures shall include indicated lamps according to manufacturer's written instructions_ 8. Replace malfunctioning lamps. 9. All Light Fixtures shall be mounted at a minimum height of 6 feet 6 inches to top unless otherwise noted on the drawings. 10-8.4.6 Disruption of Services - Permission to shut off any existing electrical services must be obtained from the Engineer, who will make the necessary arrangements. Disruption to existing systems shall be kept to a minimum. 10-8.4.7 Verification of Finish Grade - Verify the correctness for all finished grades within the work areas in order to insure the specified pipe depths of the system piping with owner's representative. 10-8.4.8 System Layout — Layout entire system and make any minor adjustments required due to differences between actual site conditions and the drawings. Minor adjustments shall be maintained within the original design intent. Layout each system using staking method as approved by the Engineer. 10-8.4.9 Excavating and Trenching - Shall be open vertical construction ample in size to permit the piping to be laid at the elevation intended to permit ample space for joining. Trenches for pipe shall be cut to required grade lines, and compacted to provide an accurate grade, without settlement, and have uniform bearing for the full length of the line. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to their original condition and in a manner approved by the Engineer. After installation of pipe back-fill only between joints and fittings; leave them exposed until approved by the Engineer. Make trench depths as indicated on the drawings or a minimum of 24" deep. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT N0.07.26 CONSTRUCTION DETAILS 5114108 SPECIAL PROVISIONS-SECTION 10-PAGE 25 10-8.4.10 Backfilling - Backfill shall not be placed until the installed electrical system has been inspected, approved, and tested in the presence of the Engineer. Backfill material shall be an approved sandy soil or sand. Unsuitable material, including clods and rocks over 2-1/4 inches in size, shall be removed from the premises and disposed of legally at no cost to the City. (Install sand to be 2' below pipe and A" above pipe if solid conditions are rocky). All backfilling for mainline trenches shall be done in 12: lifts and tamped to 90% compaction and back-filling under asphalt or concrete shall be done in 12" lifts and mechanically tamped at 95%. Compactions in planting areas shall only be equal to adjacent soil so trench will not settle. Where excavating or "hacking is required under concrete pavement, sidewalks, roads, etc., care shall be taken in backfilling with sand, tamping, and inundating with water_ If settlement occurs along trenches and adjustments in pipes, valves, heads, soil, or paving are necessary to hiring the system, soil, or paving to the proper level of the permanent grade; the Contractor, as part of the work under this Contract, shall make all adjustments without extra cost to the City. It is recommended thlat backfill be made first thing in the morning while pipe and soil temperature are approximately the same. If backfilling is required during heat of the day, water shall be run through PVC pipe to cool pipe for contraction purposes. Surplus earth remaining after backfilling shall be disposed of legally off the premises. 10-8.4.11 Adjusting And Cleaning 1. Clean units after installation. Use methods and materials recommended by manufacturer. 2. Adjust aimable fixtures to provide required light intensities. 10-8.4.12 Field Quality Control And Inspection - Give the Engineer three (3) working days notice; request observation at following stages. Contractor must have field "as builts" up to date before each state of inspection- 1. Inspect each installed unit for damage_ Replace damaged fixtures and components. 1 2. Give three (3) working days advance notice to Engineer of dates and times for field tests. 3. Replace or repair damaged and malfunctioning units, make necessary adjustments, and retest. Repeat procedure until all units operate properly. 10-8.4,12 Guarantee - The following guarantee shall be re-typed onto the Contractor's letterhead and contain the following information: DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 26 "We hereby guarantee that the electrical system we have fumished and installed is free from defects in equipment, material and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect expected. Equipment is panel boards. Material is all conduit, wire and cable, fixtures, switches, outlets, receptacles and all other wiring devices. We agree to repair or replace any defects in material or workmanship which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the owner, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the cost and charges, therefore, upon demand." 10-8.4.13 — Measurement and Payment - Payment for the electrical system installed shall be made at the Contract lump sum prices bid for"Install Electrical/Lighting Improvements — Complete and Operational," for those electrical and lighting improvements identified for the trash enclosure, and for "Install Electrical/Lighting Improvements — Complete and Operational," for those electrical and lighting improvement identified for the alley improvements, and shall constitute full compensation for all labor, materials, equipment and incidentals required to install the electrical system and lighting system, including connection of the system to existing parking structure sub-panel, powering the system and installation of new system components specified hereon, including all panel boxes, disconnect boxes, pull boxes, outlet/junction boxes with cover plates, conduits, supports brackets, conductors, wiring and cabling, exterior lights and concrete light bollards with concrete foundations, as shown in the drawings. Work shall include removal and disposal of all resulting materials, trenching, placement, backfill, adjusting, cleaning, inspecting and testing, complete in place, as required in the drawings, the Standard Specifications and these special provisions. Special Note: Payment for the electrical system and lighting improvements constructed for the alley improvements shall include compensation for all work related to extending a new conduit from the existing LP2 electrical sub-panel near the stairwell at the southwest comer of the parking structure to a new electrical sub-panel installed for the lighting improvements constructed in the alley. 10-9 Structural Steel 10-9.1 General: Structural steel shall meet the requirements of Subsections 206-1 "Structural Steel, Rivets, Bolts, Pins, and Anchor Bolts", 210-1 "Paint", 210-3 "Galvanizing", and Section 304 "Metal Fabrication and Construction", of the Standard Specifications, and these Special Provisions. 10-9.1.1 Material: All steel shall conform to the following requirements: 1. Structural Steel - ASTM A 500, Grade 50, except where indicated as Torten" steel. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07-26 CONSTRUCTION DETAILS 5/14108 SPECIAL PROVISIONS-SECTION 10-PAGE 27 2. Structural Steel Pipe (Bollards)-ASTM A-53, Grade B 3. Corten Steel - ASTM A588 weathering steel. 4. Bolts—ASTM A-307, U.N.Q_ 10-9.1.2 Paint: Paint application for the prefabricated decorative steel panels for the trash enclosure and pipe bollards in the alley shall conform to Section 210-1 of the Standard specification and as indicated on the drawings. The Contractor shall make every effort to match existing paint.systems of the adjacent parking structure. The Contractor will provide the City with three (3) color samples for each component for approval prior to the application of paint. The Contractor shall receive written approval from the City of the approved color for each component prior to the application of the paint. 10-9.1.3 Galvanizing: The Trash Compactor steel wheel channel and other miscellaneous fasteners, clips and anchor pads as indicated on the drawings shall be galvanized, conforming with Section 210-3 "Galvanizing" of the Standard Specifications. 10-9.1.4 Shop Drawings, Calculations and Prefabrication: 10-9.1.4.1 Decorative Panels (Trash Enclosure) - The decorative panels shall be prefabricated to the greatest extent possible. The Contractor shall, in accordance with 2- 5.2 of the Standard Specifications, submit shop drawings showing details, dimensions, sizes of material and all information and data necessary for the prefabrication of work, including full details of the connection points, match locations, weld and anchor points. Drawings required to be submitted by the Contractor shall conform to the applicable provisions of Section 304-1.4 of the 'Standard Specifications. The Contractor shall furnish to the Engineer before acceptance of Work, detailed drawings of the prefabricated structure to be built. In as much as the drawings will be retained by the City as permanent records, the drawings must be in the form of printable transparencies of quality satisfactory to the Engineer. 10-9.1.4.2 Decorative Metal Wall (Alley Improvements) - The decorative metal wall shall be prefabricated to the greatest extent possible. The Contractor shall, in accordance with AISC specifications and standard practices for buildings, design, prepare and submit shop drawings and structural calculations; stamped by a licensed fabricator for the decorative metal wall, connectors and foundation for the fabrication and erection of the decorative metal wall to the Engineer for approval. In as much as the drawings will be retained by the City as permanent records, the drawings must be in the form of printable transparencies of quality satisfactory to the Engineer. 10-9.2 Measurement and Payment 10-9.2.1 Trash Compactor Steel Wheel Track: The Contract unit price paid per linear foot for "Install Trash Compactor Steel Wheel Track" (Trash Enclosure) shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to manufacturing, galvanizing delivering, furnishing, field measuring and installing trash compactor steel wheel tracks complete and in place, per the drawings, DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONSTRUCTION DETAILS CITY PROJECT NO.07-26 1114/06 SPECIAL PROVISIONS-SECTION 10-PAGE 28 these specifications and as directed by the Engineer_ No additional compensation will be allowed. 10-9.2.2 Steel Pipe Bollard: The Contract unit price paid per each for "Install 10" Diameter Steel Pipe Bollard" (Alley Improvement) shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to preparing fabricating, painting, delivering, furnishing and installing steel pipe bollards, including PCC concrete foundation, PCC concrete pipe bollard backfill and finish cap, complete and in place, per .the drawings, these specifications and as directed by the Engineer. No additional compensation will be allowed. 10-9.2.3 Prefabricated Decorative Steel Panels (Trash Enclosure): The Contract lump sum price paid for "Fabricate and Install Decorative Steel Panels" shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to designing, preparing shop drawings, prefabricating, painting and galvanizing, delivering, furnishing, field measuring and installing the sleeve anchors, connection clips, continuous steel frames and decorative steel panels, per the approved shop drawings, complete and in place. No additional compensation will be allowed. . 10-9.2.3 Prefabricated Decorative Metal Wall (Alley Improvement): The contract lump sum price paid for "Fabricate and Install Decorative Metal Wall" shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to designing, preparing shop drawings and structural calculations, prefabricating, painting and galvanizing, delivering, furnishing, field measuring and installing the concrete footings, anchors, metal supports and decorative metal wall, per the approved shop drawings and calculations, complete and in place. No additional compensation will be allowed. 10-10 Masonry Block 10-10.1 General: 10.10.1.1 Masonry Block - Masonry block wall shall meet the requirements of Sections 201 5 "Cement Mortar', 202-2 "Concrete Block" and 303 "Concrete and Masonry Construction" of the Standard Specifications, and Section 10-4 "Portland Cement Concrete" of these specifications and shall be constructed to the lines, grades and location as indicated on the drawings and as directed by the Engineer. 10-10.1.2 Concrete Pavers — Concrete pavers shall meet the requirements set forth in the Construction Material Schedule of the drawings. 10-10.2 Submittals- 10.10.2.1 Masonry Block - The Contractor will provide the City with three (3) color and texture samples of the masonry block and mortar material for the Trash Enclosure Improvements for approval by the City prior to ordering the material. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONSTRUCTION DETAILS 5114/08 SPECIAL PROVISIONS-SECTION 10-PAGE 29 10-10.2.2 Concrete Pavers — The Contractor will provide the City with three (3) color and texture samples of the concrete pavers for the Downtown Alley Beautification Improvements for approval by the City prior to ordering the material. 10-10.3 Measurement and Payment: 10-10.3.1 Masonry Block Wall - The Contract .lump sum price paid for "Construct -Masonry Block Wall (Trash Enclosure)" shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to excavation for foundations, PCC concrete for foundation, forming, installation of reinforcing steel, installation of reinforcing dowels, construction of new masonry block walls and columns, construction of masonry block wall modifications to existing masonry block wall, grout backfilling of masonry block cells and mortar, complete and in place, straight, perpendicular and to the lines and 'grades shown on the drawings, these specifications and as directed by the Engineer. No additional compensation will be allowed. 10-10.3.2 — Concrete Paver Surface - The Contract unit price paid per square foot for "Construct Alley Concrete Paver Surface" and. "Construct Pedestrian Concrete Paver Surface" shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to excavation for PCC concrete base, PCC concrete for base, forming, adjusting of utilities to grade per the drawings, installation of sand bed and concrete pavers, backfill and broom sand, and application of all seals and sealing .per the drawings, these specifications and as directed by the Engineer. No additional compensation will be allowed. 10-11 SPECIALTY EQUIPMENT 10-11.1 General: The Contractor shall be responsible for providing and installing the following specialty equipment as specified herein, shown on the drawings and as directed by the Engineer: a) Electric Tankless Water Heater; b) Electric Fully Roll Up Metal Door. 10.11.1.1 Electric Tankless Water Heater: The electric tankless water heater shall be a single phased 240 volt 60 amp electric heater with digital temperature control for exterior mounting, capable of a maximum temperature increase above ambient water temperature of 27 degrees F at 3 GPM (5tieble Eltron Tempra 15 Water Heater or equal). 10.11.1.2 Automated Electric Roll Up Metal Door With Lockable Key Pad Entry System: The electric automated roll up metal door shall be a Trac-Rite Rolling Metal Curtain Door - Windlock Model 955WL or equal with exterior lockable key pad operation (opening/closing) system and interior push pad operation (opening/closing) system. 10-11.2 Submittals: The Contractor will provide the City with specification sheets for water heater and electric roll up metal doors for approval by the City prior to ordering the equipment. The Contractor shall receive written approval from the City of the approved equipment prior to the placement of an order by the Contractor. DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CONSTRUCTION DETAILS CITY PROJECT NO.07-20 5/14/08 SPECIAL PROVISIONS-SECTION 10--PAGE 30 10-11.3 Installation: The Contractor will install specialty equipment per the manufacturer's requirements, the drawings and as directed by the Engineer. 10-11.4 Measurement and Payment: The Contract lump sum price paid for 'Install Electric Water Heater — Complete and Operational" shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to field measuring, ordering, delivering, mounting and connecting electrical and water service complete, in place and operational, per the drawings, these specifications and as directed by the Engineer. No additional compensation will be allowed. The Contract unit price paid each of the following shall include full compensation for all labor, materials, tools, equipment, and incidentals, including, but not limited to field measuring, ordering, delivering, mounting and connecting electrical service and lockable entry pad complete, in place and operational, per the drawings, these specifications and as directed by the Engineer and no additional compensation will be allowed: a) `Install 10'-0" Wide x I V-10" High Electric Automated Roll Up Metal Door With Interior Push Pad Operation (Opening/Closing) System - Complete and Operational"; b) 'Install 5'-4" Wide x 7'-10" High Electric Roll Up Metal Door With Exterior Lockable Key Pad Operation (Opening/Closing) System and Interior Push Pad Operation (Opening/Closing) System - Complete and Operational". - END OF SECTION - DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONSTRUCTION DETAILS 5/14/08 SPECIAL PROVISIONS-SECTION 10-PAGE 31 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III -APPENDIX DOWNTOWN ALLEY AND TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO. 07-26 Standard Drawings Standard Plan for Public Works Construction, 204-1, Terminal Clean-out Tempra, Stieble Electron, Water Heater Wind Load, Trac-Rite Door, Inc., Tracking Roll Up Door DOWNTOWN ALLEY&TRASH ENCLOSURE ENHANCEMENTS CITY PROJECT NO.07.26 CONTENTS 5/14108 PART III RAISE LETTER 5 mm (5/15") 600 mm r. (24") MIN r A- -may n E'a _. r ACCESS COVER PLAN ` E =ice hic ' 330 mm 13"1 E�n 450 mm 25 ren (1") (18") MIN ni 1" o p SECTION A-A ------ �v i t SECTION C-C :K C ACCESS FRAME��� c COVER i 2 E ACCESS CAP 275 mm � c�^ (11") OIA 15 mm d o_rt pp W I i (1/2") I11CR w/ rY v qq1 FINGER HOLE _ CONSTRUCTION JOINT ' q ACCESS FLAME I 55� ^a nICI 3 42 nm (13 1/2"1 n r C� E s mm I m 100 mm 4 MIN I EE OETAV A SPEET 2 r AP ? i rrr�.r--- --�-- --- 200 mm C _ f 1292 mm'(i7 1/2";4 (8") SE 200 mm RJ El E c (so) WCE I_ As2_mm f17") � � r- SECTION B—B 1C0 mm UNOIST'JRHEO ZAP; SECTION D-- D STANDARD PLANS FOR PUBLIC WORKS CCNSTRUCTION PFaw:nro av'fix[ 87ANDj RD P' N °°°"°� "°" '"` TERMINAL CLEANOUT STRUCTURE M �c wsxnaoc9 , 20�4-1 ,nc° 115E N1TH STANDARD $PHCIFICA7{Of:S FOR Pl16LJC W04K$ CONSTRUCTION SYEET 1 Dr' 2 E�MORTAR, TYPE F S PIPE SELL I { 25 mm CAP DETAIL A EPLANS FOR VALUES OF DIMENSION 0 AND ELEVATION c. 2. PIPE AND FITTINGS, UNLESS OTHERWISE NOTED, SHALL BE OF THE SAME MATERIALS AS THE SEWER, UNLESS APPROVED ADAPTORS ARE USED, AND MAY BE ANY OF THE FOLLOWING: VC PIPE B. PE PIPE C. ABS SOLI, WALL PIPE D. ABS COMPOSITE PIPE E. PVC PLASTIC PIPE 3 PIPE AND FITTINGS SHALL BE BEDDED AND ENCASED IN PCC AS SHOWN_ PCC SHALL BE CLASS 265—C-ib (450—C-200C). JOIN AND ALIGN PIPE AND FITTINGS BEFORE PLACING CONCRETE. MAINTAIN ALIGNMENT WHILE PLACING AND ALLOWING 'FCC TO SET. j) 4. THE ACCESS FRAME, COVER AND CAP SHALL BE CASTIP,ON THE FINGER HOLES MAY BE i DRILLED OR BLOCKED OUT PRIOR TO CASTING. THEY SHALL NOT BE PUNCHED OUT. S THE CONTRACTOR MAY PLACE EITHER CIRCULAR OR SQUARE CONCRETE PIPE WALL SUPPORTS. STANDARD, PLANS FOR PUBLIC WORKS CONSTRUCTION sT%.NaE, CPL.Aht TERMINAL CLEANOUT STRUCTURE SHEET ?. OF 2 H r wV ..wm�• '�'; d„�Tm,,�F,;f'ror jr," ++d� .���w'I i. I"�'rw:�. J ..ub�.a �,-.r� .-/TM .-. OP •••y w �•i � �r , ... ^ inn•, ... ..-.�.rn,mr v_n n��m.�n� r�. .rr,unn n,yr"'.r�':'i"^` �.w ri r~ . Unlimited Supply of Hot Water . Sleek Design Saves Space STIEBEL ELTRON . Proven Reliability Simply the Best 800-582-8423 E-mail: info@stiebel-eltron-usa.com W W W.stiebel-eltron-usa.co m ' ��{ Id,p:�y' dq&�'y¢`w+�o, �.1 d".�;���'+�WIrR'W1et. The "Msenes of electric tankless water heaters is the "Next Big Thing" for today's households! Advanced technology, impressive energy-saving performance, and a compact design make it easy to consider a Tempra hot water system for your home. Tempra is exclusively manufactured by Stiebel Eltron, a pioneer and leader in tankless water heating technology for the past 80 years. Applications - • Homes • Condos •Apartments • Various Commercial Uses " Advantages ., =m= • Unlimited Supply of Hot Water Heats water PP Y .' ...�._ , 1 instantaneously as it is needed. The Tempra unit - completely replaces a conventional tank-type heater, with no disruptions to your comfort and hot water f needs. • Saves Energy and Reduces Your Electric Bills Electric tank-type water heaters are subject to stand-by losses which amount to 15-20% of the11 kWh used_ Changing to a tankless system results in savings of at least 15-20% in comparison with an a g P tals. electric tank-type water heater. l k� I • sleek Design Saves Space The Tempra takes up X considerably less space than a conventional tank-type water heater and saves valuable living space. • Proven Reliability Backed by a Three _ ,�...._„ _ _I Year Warranty STIEBEL ELTRON has an enviable track record of ngineeiing excellence and product F , •..,, '''; '- w;, '='r quality- The three years parts warranty is unique in .;" w•d' 7'" ' the industry. You can depend on the Tempra unit for many years to come. • Seismic Proof Construction Tempra is a tankless water heating system and not subject to seismic code. There is no need for preventative construction, as required when using a tank-type water heater. STNEBEL ELTRON .,,r& ..,'.� ,+,+ ,.::;�r'1.',/}+.w vl+l+n "i4a•ro,.,,:MlN',,,,�` , r;,�l;,,piyy,�"•:r_n" �6^•.wa,..u..�.;�, r ��j�'.,,,,r.1,f�F,,��:,M,N:�!di��'41A�?fk'',, ,�nv4r.i.��Y i+a'P�M'� fwr�6MdW,4v"M`vs.•4�d=R=vYtY'k1r`Il�v!'+'p �`a,.,,l ^4r •,.rll•.l _ "1n:",: 'y�;.`,k ie`.�w✓�e6',1'n�A'n'r," ,'q'4F{'r,"¢prv1�'itiM,�b. 1; Gi. va _iTb*,k�'.I I •�',..;�r9�g•oT�'FN•n'��xb`"'°P'KF�Y��*%Y,rrQ,�a ,.w„'.q'x'�', ,i�gi�i�n �+G �°dwvNd 1 '� r III l..-r ffi.bl� IN1r "Yit'rl lul+`w,;; ':r6 +•!k �, ��;, ;7*� M,( ,W',4!' r. N.l �•nw,'Fl�}v: �� Z,��rl�- �i ry'�.� ,°*.°'v,v,,,,,y�a,r.'yY9'"V'��`i�";,�F'� 'mj`�r�:'`, yC'M:.diq �.tY, `"',+�y��f-.�I-/:.�• 'y r Ir� i:'.v.y,('�'. ."{4 ,.,yk ' ,� cf,y.,a¢I: r1„ �) � '�� 9"'n C'F,Y'1�IN' � ,.` , .r^ I v 1n a% Ir,•�.' M?�•I r l ' Mf�llYc��;vx.9,.".C*' ,�.� Po I y .l,i a c.' �J A digital temperature`control allows you,to get hot water at th,e 'r ..I 'exact temperature for maximum' `"" " ^` Ir ;comfort:' Advanced microprocessor .p C, ^ .1 �..";'JS-_ ,, Ix• ^�' " techmology'ensures'that the water 1 r t aM , Temp'erature;neverd6iafes"from'i, ' 'tihe'set point_ Just set"the knob on �'•'' the front?covet, check th'e'digital ''Lem eraYure display, and en o" water. ' " 'temperatures between 861 (30T) a and 1Z5°F ST . Thls is the erfect` 1 ( ) p i` ..,. cvmbinatiori,of"furictionalityand w� efficiency.=h&t iaterIon-demand, o, at the•tempe�ature you desire iVim WR ' ,' HI Tempra 29 & 36 Temps li 411' r . _ P' Mr ell � � 'r 1 In ,r f l 1 ppf � AFL to 4 Ktl ors'.."AyyM��?r" r r r ' 'ifri d `I'`�'µ11�,'11 {.'"� ' :1 1• `� .(�y ' va, m'';M1'{�}Ti^'"'..,,.„ry rrr�, :....,r., `,!r�r'T:.li gyp, , •�+,+r+mry`.,�nr,.11lr.ir,....r.x..rrr^r,r..rre-m.,,:r.-.rr..,�...r---'n..r..C�n s 'I':,�� �r'.lJl'��ryw,r'elf' ',V' �"1".11` -m`'Irn I� d��J .�`I, r�''1r'Jnn "�,�—¢, .��I '"`�, }"l•w'� :yr'r9fi�s'iH��; �I A .T1,� °,e,.•u rp�'1w+ l �� 9 + r,. "w, ,.,r�1 4.�r�4. I +,rtl` I f 7",r. �°Jd J'�e� ��o. M' a n< W I � Introducing Proprietary Technology Take The Cover Off. SupeAoe, ReNaMe Pez1ormance. We have done our homework. As an inter- The Tempra has several temperature and national leader in the tankless electric water flow sensors which feed their readings into heating industry, STIEBEL ELTRON is proud the unit's proprietary microprocessor control. to have pioneered this tankless water Heating elements are engaged in stages, heating technology. The company's German achieving the temperature you desire. The engineering and manufacturing tradition of Tempra continually monitors the water excellence means that you can depend on its temperature it produces. performance for many years to come. Safety thermal �_ I' ,' f ,. —� cut-off _ `:',r ttre Display ' Heater Electronic ITTTli „ -- control module Temperature sensors Flow sensor - ,- — Wiring block Water filter and :` 1r shut-of valve ..r'"�i�'.9°'' n '5;.:;'ia' ..y„„ ;,;',• i ., }".,'.frn ,�r'w't4 r„!I;°, i, 'Sr t, y'TG' •'p�'°.�`i,.,tw, "'w,,•a+,l,«, ;.re;' IdF�f��y,ro9"r ,, Each household's hot water needs vary. Stiebel The sizing chart below provides helpful infor- Eltron has created a full line of Tempra tankless mation that is important when determining hot water heaters to offer the homeowner a which Tempra model best suits your particular wide variety of choices which will efficiently household needs. Stiebel Eltron service meet their particular capacity requirements. representatives are Cool(Nnrehem)cl:maee also available to provide assistance and recommenda- 'WAR �. 'f, tions to homeowners and professional ds ="- installers. ' .� Sleek design makes for , DMeasy installation and saves -�' valuable living space Warm(southern)Climate Tanldess Electric Water Heater Sizing Chart Tempra Model 12 15 20 24 29 36 House or Condo 1 Bath „ 1 • '�' I - 4§ �' 1 Bath 2 Baths 2 Baths 3 Baths 3 Baths 4 Baths 4 Baths WARM CLIMATE COOL CLIMATE Temperature Risc nF cT 240 V,versus Flow Rate GPM 'F LL.Im�,n,mnq,mwh nmrom.hrvn enYlenx,ee,n,nyeeFurra l F1 y. �a I i ,• ixarTanlpnl GP � , 3G J �15 pWn v0 3J io y - �rnn,wn 1 I Ze [7 V • tY t0 Jam" 1 w polo DGP 900 150 2Y0 250 240 150 4.00 Y50 560 655 G00 1.50 7.00 7.50 A00 GPM 1k e P I ST1� IEBEL ELTRON �IY 1509001 Technical Data ue CERTIFIED �i. R,Y]and Cr,dn Phase 1 1 1 1 1 1 Voltage V 20B 240 209 240 208 240 208 240 208 240 208 210 Wattage kW 9 12 108 14.4 14.4 19.2 18 24 21.6 28.8 27 36 Amperage A 41 50 52 60 70 80 88 100 105 120 132 150 Min.Required cheat breaker size A 60 60 2 x 4O 7.x 40 7 x 50 2 x 50 2 x 60 2 x 60 3 x 50 3 x 50 3 x 60 3 x 60 Recommended wire size AWG COPPER 6 6 2 x 8 2 x 8 2 x 8 2 x 8 4 x 6 Z x 6 3 x 8 3 x 8 3 x 6 3 x 6 Maximum temperature increase above B 150 GPM 41 54 49 65 66 68 82 92 92 92 92 92 ambient water temp. @225 GPM 27 36 37 43 44 58 54 73 66 87 82 92 .. ..._.,... .� ......... ., ..._..- ....-- ���PM 70_77 7$ 3 —33 44 41 54 49 66 61 82_ @ 4 50 GPM 22 29 27 37 33 44 41 55 Min.water flow to adlvate unit GPM/]min 0.29/1.1 0 56/2 2 0.59/b2 0.58/2.71 0 87/3.3 0.97 123 Weight �„m____4bLkg- ill E 18 9.1 1B 8.1 18 8.1 24.25 11 24.25 ill Nominal water volume Gal 0.13/05 026/10 O.Z6/10 O.ZG/1.0 03911-5 0 39 11.5 Width _V•� inch/cm 14 9/16(37) 21 3/4(55 2) Height inch!cm 14 1/2(36.7) Depth inch/cm 4 5/8(11.6) Working pressure PSI/BAR 150/10 Tested to pressure PSI/BAR 300/20 Water conneciams 3/4"NPT, with built In shutoff valve Suil In for pply wuh up In 107•F/A72 Tonklu:.wuly huoid,me cunsid,bd a non-conllnuous loud Conducl0re should be sized to maintain a voltage drop at leas than 3%under loud •• Fequno:o 300A mein:u,loe 5tiebel Eltron Family of Products 77" 'W 5tiebel Eltron is a world leader " in the development of advanced a y . i water heating technology. We ` have pursued engineering + `t N excellence and high quality over a period of several decades. This has resulted in products that fulfill GalaxyT Hand Solar Panels the highest expectations in regards ., Dryers to performance and reliability. _ .rr •,:r They are---Simply the Best. ey'a5•ya 1 iVV , Stiebel Stron's plant in H Izmin n erman v de G 1 Y. ❑HCTankless Electric Space Electric Water Heaters Heaters STIEREI EI.TRON, Inc. Distributed by: 17 West Steel,West Hefflcld, MA 01086 Phone (413)247-3380 • (800)582-8423 Fax (413)7.47 3369 Gmall: info®stiebel•elfron•uso com Please visit Our web SITe OI Wv10 STlebel-elTrCG-USp Com 536, OS Page 1 of 1 Marcus Fuller From: Marcus Fuller Sent: Monday, May 19, 2008 9:35 AM To: Diana Shay Cc: John Raymond; Dave Barakian Subject: FW: Trash Enclosure/Alley Improvements Diana, I've coordinated with Cosper an the final specs. What was the outcome of Friday's meeting with PSDS? Do I have to include any specific information about access for PSDS and temporary bins during construction? What is the status of the revised alley plans? When will we have signed mylars to go to bid? Is structural tale's being provided for the decorative metal wall, or are we putting that off for the contractor? Electrical connection for alley lighting—will the alley plans be revised to show extension of conduit to the main panel in the garage? Sincerely, Marcus L. Fuller, P.E., P.L.S. Assistant Director of Public Works/ Assistant City Engineer City of Palm Springs (760) 323-8253, ext. 8744 www.palmsprins-ca.gov =Fuller@pal m springs-c Marcus a.a oy From: Sent: None Subject: Diana/Marcus: Attached are the word tiles for the combined projects. 1 did not realize Marcus was working on the specifications concurrently with me. Wien 1 opened the files from Marcus this afternoon,I realized we were working on the same thing. I tried to fold my stuff into what Marcus had completed,especially in Section 10. I hope I got it all. One thing I did not do was to separate the two projects into separate bid sheets. You will notice I made a single bid sheet for the combined project. I also eliminated a number of items in the Greg Meek's list of bid items,such as separate demolition items. There were a few others. It seemed more prudent to try to combine some of the items that were very similar. Besides,I had already set it up that way before I reviewed Marcus's data. I have provided a.pdf of the signature sheet for the specification,so if you want to swap the bid sheets back to what Marcus had done,you can,but you may need to review the Section 10 document for consistency. The signed plans(Sheets 1-12)will be emailed to you Monday morning. We have a few minor repairs that are going to be worked tomorrow and should be ready for my signature Monday morning. Once this all settles down,I will have mylars and the final specifications(wet stamped)delivered to you. I did review Greg's plans. He is showing an electrical connection at the Trash Fnclosure. This cannot happen as we are at capacity. I3e will have to go to the Parking Structure for power. There are some other minor errors in the plans that should be addressed as well_ I am assuming you are working with Greg to get his plans(13-19)delivered to you. Thank you. David M.Cosper,P.E.-Project Manager AMC Design Group, Inc. 140 North Maple,Suite 104 Corona,CA 92880 951-549-8100(Office) 951-549-8102(Fax) 5/19/2008 Roll Up Doors For All Storage Needs Page I of'3 _ .,Ili g�g��^p... �.. ter. -v�.�. h,....x .,�„r�x.,�,�:. .�r_���•,�..:,r�:n,.�:,..r:��,-�..o,,.�. C016,Um L, >ia .-RmeSc In(U j? emir a•_:La Products - 955WL Door if 944 Ooor 1944Wt,Aoor I 0155--QQor 14S5WL Door 1 988 Door 1 9$t3WL Door I Cofor Optio Accessories I Photo Gallery I Warranty I Maintenance I Sa`ety Notices ,�"IFr -.f y:_ * iJeS,n�,7,einn -n:ppl�rdClnns-yf7frCi4ir aoil5-Vfu1tl mod, aaiirlgs -7ii5.a n - o['dc-Your moor •'i„', !Description i. "r•r The 955VIL earns high marks for strength. it's ideal For the same light-commercial uses a, 955. In addition,Trac-Rites windleck system provides maximum wind resistance for this l .� Wind blows against the 955WL, the curtain's wlndlacks engage with the door,guide for a S• interlocking arjp. This grip keeps the curtain securely in Ile guide. Available in custom siz VW up to 12'W x 3'H up to 12'SaH in S" increments. Maximum heights vary depending on ' width. The 955WL features a 26-gauge, rigid-rib steel curtain that is durable, attractive, a li itt" � requires lit'le maintenance. The 955WL's drums and helical torsion EP3 springs provide so ti,:..,,i •W• •' support and balancing, while the permanently-sealed ball bearings assure smooth operad Applications Auto Body Shops Boat Houses Cold Storage Dock Doors Machine Shops Fabric Span Structures Post Frame F3uddings Sheds Warehousmg Applications High Eave Structures with Relatively Low Door Heights NOTE: (Jocn;should not be used in applicatlon8 that require fire rated or explosroh proof door,.Heavy industrial and complex HVA[System (high naga"]ve or positive prassure)applications should also be avoided. ' ti specaffCations Design Type Live axle_ door axle rotates in bracket bearing during operation. Drums Stamped, continuous�y welded at the hub_ 12" diameter x 1-1/2" wi gauge, ainc•coatec steal. Three drums witli 000rs up to 8' wide, fou vdqth doors over 8' :ode. Eps springs Helical to, oil tempered, and.coated to halt corrosion and incr02 One spring for all doors less .Plan 5' high. One sprang for doors 7'11' smaller, two springs for doors S' wide and larger. 7ensianing System Springs come with a zinc-coated cast steal tension wheel and wlndir ease of adjusting spnng tension. Axle 1-S/W outs.de diameter, schedule 80 steel pipe. Curtain Roll-form ed sections, ractory-seamed from 7.6-gauge, Grade 80 yat� http_//wwNv�tracrzte.corn/index.asp?tnenulD7 134 411 SP008 Roll Up Doors For All Storage Needs Page 2 of j steel. Siliconized polyester finish in eleven standard gplgrs, Full-Icnc tape at each drum. Curtain Wmdlocks 10-gauge, zinc-coated steel, secured to door with two 3116" rivets. 3ottom Assembly zinc coaled steel bottomangle mounted Co corresinmrc-ss`,ant alum extrusio^ with stainless steel boles. rPE glade astragal also included Brackets i0-gauge, cold-formed, zinc-coated steel. Grease-packed ball bearii factory installed in the. bracket. Guides 16-gauge, zinc-coated, 2-3J4" deep. Featuring polypropylene guide to assure smooth operatlen and prevent steel-an-steel contact. Guie windlock bar manufactured from 12-gauge, zinc-coated steei. Interior Lock 12-gauge, zinc-coated steel slide bolt engages a lock strike attaches side guide Two locks per door fasten to the bottom assembly and a suitable for padlocking. Mounting Fasteners Steel or wood Fasteners included. Masonry fasteners sold separately Door Stop 12-gauge, zinc-coated, L-shaped door stops. Mounts w guides. Pull Rope Handle Molded plastic rope handle with Pang-lasting rope. Now: Pruiloct specificavons are sub]eC,ro change v�Ithoutnotice- 1Marid Load Ratings All Trac-Rite dear models, both standard and windlock, arQ put through rigorous wind test testing is witnessed and ccrtifued by an independent test lab. Trac-Ri'L doors are approve. ln5'zMallon in buildings affected by Florida auiiding Commission regulations concerning wi and manufacturing certifications. 9551V4•pggT,lNr_dth y5j`JV!, Door PSF Ra_ting 9'0" 32.0 1010" 32.0 11,0" 32-0 12'0" 32.0 Installation After reviewing the complete instaifaYtun instructiGng, installing a Trac-Rite 955VX doers s installl Installation Outline 1•Assemb le brackets and guides to door nest. 2.Ho ist door it place and attach brackets. 3.At tech guides, tensiori the door, cut bands, and install door stops. 4.Ad just and fasten guides. Install lock assembly and rope. You're now ready to use your Trac-Rate 955WL daorr Order Your Door Once you have completed the four p,-elnninara steps for determinin96y4.vr T".G'r¢s, you are grdQr your 955WL door. sn� htlp:JJ�tivvw.tracrite.cam/index.asp?me11u1D�I34 41 18JZOOS Doll lip Doors For All Sioragc Needs Page 3 of 216 Woburn Road I Sun Pra,ge, 'A/i 53590 I 1-800,445 49N 1 trLft)ba6gl g,Gow ( Si`a Map ISO 900,1{2000 CCrvf�Qo Copyn]hhk irk 2008 5Y T tac-F,jte Door, Inr.- $ttp://tiuww.tracrite.con3rindex—asp?mcnulD=134 4/18/2008 t , ]Lrac*Rite Door, Inc. ROLLING CURTAIN DOOR INSTALLATION, MAINTENANCE & PARTS MANUAL Read manual prior to installing door. Overhead doors are large, heavy objects that move with the help of springs under extreme tension. Since moving objects and springs under tension can cause injuries,your safety and the safety of others depends on you reading and following the information in this manual. Re-check your work prior to operating door- ! POTENTIAL HAZARD EFFECT PREVENTION I MOVING DOOR Can Cause Serious Keep people clear of door opening while door is moving. Get help Injury or Death or use support when lifting door Into place. EXTREME SPRING Gan Cause Serious Installation, repairs, and adjustments must be made by a qualified TENSION Injury or Death door mechanic using proper tools, methods and ins'uuctions. Before winding torsion spring, make sure door Is fully open and curtain is wrapped and secured on barrel. NOTE! DO NOT CUT SANDS which hold door in a roll. You will be Use proper lifting equipment and correct lifting told at a later time exactly when to cut bands. No procedures to avoid injury f guarantee will be given or responsibility accepted by Trac- Rite Door if door is not installed as instructed. For proper operation, follow instrusJons given- 216 Wilburn Road,Sun Prairie,WI 53590 Phone:800.448.8979;Fax:800-236-8722 Technical Help Line:888-700-TRAG(8722) Web Site: www.tracrite.com E-mail•tr[,iatrdcrite.com This Manual M S Be Left with the Owner- ;c03701 Pe4A01/05 Door Assembly - Farts Layout LU wEL 2 CL In Ei ,'N", , :� ;' O �. _� •t J k?\`y l �•,�,h _�:\ '\-� �� y5.�y\�4`.:` ','4. ,\L'.:\�" W O I \ ,�'\\:'�•,• `v'� , '\'��.` \`\ri, \i h:l\„`1�`F.ti','� a w v.S ✓�rC�l`y fia...'\.-. '`i:��_ :t.., a�;_ t�1i,_:\`].11�1 Lz\L:..�i,:`,?� '` , _ al Sl..✓''1:.r',�i •�y1 �yr�; C'S .`i°\ n�.,���.`w...,,yr�...,.��,'-^'2 �X \�J�` nL:�S._•\ k.ji�''�'••.=1G.\,ti,,�:.-:\ 1�, Y.-'�, ;1" •U-V`,:Y.'\,.i �,... "r p ��G � ��� M.. � 1 ! '� �" „•.AAA ' 1- o � m j Tw .I I 0. it rr,.,�,1� Y y ,U r o o w n z m nr w r r U Y Z < O 0 ? C=9 4 O C0 m h E Un Z UO (L j m < C] 1 h Q ri O z F F 0. R 4 � Pa9Q2 D 2005 TPAC-RITE n40'-.INC. Improper installation of anchoring devices or installation into aged or unsound concrete block, or other wall material may result in premature product wear, product failure, property damage or serious personal injury. Prior to beginning door installation, thoroughly read the bill of lading and packing list with you when reporting instruction manual in its entirety. Pleasc contact Trac-Rite shortages or damage. De not install damaged material with any questions at 888-700-8722. Answering questions without authon=tion from Trac-Rite, up front will greatly reduce installation miscues. 2.2 Door Width Verification: The door curtain width should 1. GENERAL- measure 3'greaterthan•the framed opening width. In this document,the following terms are defined as: Warning- serious personal injury or death can result from 2.3 Framed Opening Verification: failure to follow instructions. Proper size dimensionally? Caution- minor injury or property damage can result from Opening square? Plumb? Failure to fallow instructions. Is the jamb structurallyldimensionally adequate? Note- speclai attention should be given to the instructions. Reference paragraph3. Jamb Preparations for specks. • Clearances? (Reference Figure 1) NOTE! 3. JAMB PREPARATION: V l 3.1 Are the jambs structurally and/or dimensionally adequate to accept door brackets and guides? Tray,-Rite is Do not install this roiling steel curtain door unless not resnons!bte, for the structural integrity of the iamb you read and understand the Installation itself, instructions! 3.2 Narrow Jamb Application: Narrow jamb plates are _Do not cut the hands which_hold thedoorcurtain in available, from Trac-Rife, for situations in which the jamb rolls Several.installation steps must be performed prior alone is not wide enough to mount the bracket to. Idealtythis to this. Cut the sands ONLY when Instructed in this condition should be made known at the time of order entry so manual, that you will have the hardware when you need it- -Once the door has been installed, on the inside of the door curtain,you will find full door height strips of white Note that narow iamb planes are not designed to felt tape. Dp not remove! It is not packaging material, strengthen th_e_iambl. Used in ccmbinagan with proper structural support, they will aid in locating the doer Z INSPECTION: brackets properly. 2.1 Doorand Hardware: Upon receiving the doorshipment, Immediately inspect the door and hardware for damage. 3.3 Trac-Rite does not supply fasteners for attaching the Verify the,,product received with the packing list. Damages door brackets and guides to concrete pr concrete masonry and/or shortages should be reported immediately to Trac- iambs. Trac-Rlte only supplies fasteners for metal and wood ate Customer Service at 800-448-8979. Please have your jambs. - - --- RCCOMMENDED INSTALLATION CiEOUACES -- � I , � •♦ -- --_° (JPENINUKEIGItT A ' ¢ d C• MOTOR WCODI CHA MCSONRY, IN ,+_._. _ STE L.I PUIST 01rSR`NTOR_ , d, •.� UPT �3TG'.14'�2' t�2i" Ida' � S r I 9- 21.5- ADD 1-TO A AND a S0R TMSlJL4TED 000rS. I Figure 1 02005 TRAC-RITE=DOOR,INC. Page 3 WHIZ-NUT yl uL,. PAWL Do not use model 944 hardware on model 955WL - doors. It is not structurally adequate. If door falls, SPRING serious injury andlor damage to door can result. . SHOULDER J BOLT • Door bracket to jamb fasteners must be 318' in �.• -,Ir`,' ', ,l p diameter, and be constructed of ASTM A-307 steel or t„ greater. SPRING p. TAB Door guide to jamb fasteners must be 1/4' in diameter, and be constructed of ASTNT A-307 steel or greater- Figure 3. 3.4 Pre-drill jambs to accept door brackets; 7/16"diameter 4AT Attach the small spring to tabs on tho tension release holes for 3/8"nuts and bob in steel jambs, proper size pilot pawl and the inside of door bracket. Then stretch the spring hole for 3)8" lag bolt in wood jambs. Hole locations are until the holes are lined up and secure with 318" shoulder shown in Figure 2. Do not pre-drill jambs for door guide bolt and 5116" whiz nut. See Figure 3- Repeat on other installation. NOTE: Door must be hung level to insure proper bracket. tracking. 5. BRACKETAND GUIDE ASSEMBLY: -- Doom SknCJ .T HOLE LOCATIONS — 5.1 Position the door in the opening as shown to Figure 4. Be sure to place the door on a protective material to prevent damage to the curtain. 1 i. f �•� i 4 rUTM OPENING LOOKING our oasrnvc vnorn 1<•I .1 _ overnrvo imoiH.r . .- 1 .J — NOT CDIRI;C'r10NAvp C+OSITIC'J o• i of WTTaW h5SEM6LY Figure 2. Figure 4. - S:i.P 52T li-TEN..rON ADJf.a:,.,E:s1T 5.STl=iv1 VdAS NOT PURCHASED, P:r=!I«_:Ta S T Erg 5.3. Do-not install or use a Tension Adjustment System' 5.2T Slide the steel washor onto the,axle,then black nylon on doors over 12'8"tall.Tension could release, washer. See Figure 5. Apply a small amount of grease to allowing door to fall. Serious personal injuries and) the black nylon washer In assure smooth operation. Stretch ordamage to the door could-result. spring past axle end and slide door bracket between coils and end of axle. This makes it easy to get the bolt started, Pass a 5/16"bolt with a flat washer through the loop in the NOTE! end of the door spring and screw into tapped hale in the- tension adjustment wheel Slide the tension adjustment Stepsfarthe optional Tension Adjustment System wheel Onto axle. ENSURE THAT THE SPRING FITS are noted with a"T'"following the step numher, AROUND THE RING,ON THE TENSION WHEEL BEFORE FINALTIGHTENING. See Figure 6. Slip the axle end through the bearing in the door bracket. Rotate the tension release $KiC 4,_A(rD v.t T}F TFNS;QN r"sCJU5TiJEr1 SYSTPM pawl to allow the tension adjustment wheel to slide pass. VVA3 WC°i•PUIIRCKA.Sr:, 'RRC•CEED`F0,57EP 5. Install the second steel washer onto the axle and secure 4.T TENWON BRACKET ASSEMBLY: with a cotter pin through the hole punched in the axle and to On small doors(with Only one spring)the tension adjustment keep the door bracket in place(omit washer if it blocks cotter system is Installed on the left bracket as shown. On doors pin hole). Repeat on other end if the door has two springs- with two springs,the system is installed On both sides. Page 4 @20057RAC-RITF DOOR,INC. of three hales in the door bracket. Secure with a 5116"whiz aANo$ nut. Repeat on the other end if the door comas with two DOORCURTAIN - springs. ENSURFT_HATTHESPRPNGFITSAROIJNIq_T_t'�E 8_RING INTHFBjP CKET3EFORCFINALTIGHTENINC, See Figure 9 SPRING STEEL WAVERyN40F LOOKING OUT NYLON Wnautr; TENSION WHEa `• t' l+hJ•''-' oOOReR.1CF<[-r �COTTSR PIN %, ROLT3 WASI IER m `! STEL Wh$HER l � =IoOORREST —DOORSPACKEY -'... Figure 5. BOTTOM ASSENeLY Figure a. TENS;ONwhIEEL + - BOLT 5 o EOLT& ' as"-WASHER BEARING _ WA$hIWR r L' . . lipri kCJ SMNG SPRING Figure 6. (INSIDE VIEW CF BRACKET) 5.3 The next Iwo steps are for doors without the optional Flgure 9. tension adjustment system.and forthe opposite side on doors with a single system(single spring doors). ,q ,,-;�„ 17.,• a n�:r,V r, 5,4 Slide the spacer collar onto the axle (collar NOT used on doors greater than 12'-8" tall) then slip the axle ends Do NOT allow personnel to ride on forklift or other through the bearings in the door brackets. Install a cotter pin hoisting equipment being used to lift the curtain through the hole punched in each axle,end to keep the door assembly into position. Do not permit any persons brackets in place, See Figure 7. to climb on ladders near the curtain assembly while it is being hoisted. Should the curtain assembly slip BANDS it can cause SERIOUS INJURY or DEATH to persons DOOR CURTAIN- standing on ladders or riding on lifting equipment. , ^� ,� FL HOIST DOOR INTO OPENING: SPRING— cc,I ER PIN. ;i'•4'"1,`44 �rrR�,:c' %^`�r "•�ii' t'i ' 6.1 Utilising whatever method currently available (fork lift, "j;'-!,;�,�'.�' r� `_ ' block and tackle, etc.), hoist the'door up into the header :rti .,ram section of the opening and fasten the door brackets to the 9 t' +}'� '. :; 1 jambs using the pre -dd[fed.hvlasa[id fasteners described in section 3. Jamb Preparation. r'BOLT&wASHI_R 7. GUIDE POSITIONING:" 1 � .�y' _'JJJ� • _sPACERcouP.R 7.1 Position the guides against the jambs according to the - OOORBRACKE7 clearance shown In Figure 117_ Loosely fasten the guides to NOTE;OMIT SPACER COLLAR ON DOORS OVER t%'$'TALL the jambs using a Fastener in the Yap hole only. Guides wil4 Figure 7, need slight adjustment therefore DO NOT install the remainder of the fasteners until such time as the adjustment 5.5 Position bracket in rough alignment with the bottom IS'vue. Level one gulde;and loosely insCslla Second fastener assembly. See Figure 8 Ensure that the door spring is in a In the bottom hole. if mounting to masonry, install clips relaxed'posidon. Pass a 5/16 bolt with a flat washer through provided as shown in Figure 10 Align theclips w th the holes the loop in the end of the door spring and through the nearest along the length of the guide and fTUsh with the back of the guide. (Anchors by others). 02COS TRAC-RITE DOOR,INC. Page 5 vnwuiu n v�m�isccwr: i Care must he taken that the door does not spin around free as this may cause personal injuries and damage door curtain- DO NOT grab the springs or `"�`""""`w `�'r%' i r 'P""`°""- rvNxu,q unbolt the springs white there is any tension on the „•,i � ,�. dear as this may cause personal injuries. 1 ' h xtiu 9vFuwu r nannwrnux ?� _ DIMENSION �•Y- y ' . /J A'p a"IortdftSONHY S'I ,r��rJ� l:.Wl e.'IEgl0.9 DOOR epncicFr, a .......- , - I F-• .p Clearance GUIDE TAB {1 VIEW A-A Doo�sraP_.-�- Ir,• .� P n CARRIAGE BOLT n,NUT 71r ',�n Figure 10, DOOR GUIDE . L PRE-TENSIONING&TOP STOP ASSEMBLY: ,y 8.1 Install the track bolts, door stop$and whiz nuts in each KeeaeR side guide as shown in Figure 11. Do not tighten at this time. :CARRIAGE Bor.TnNUT -Ilr� BOTTOM OF DOOR CURTAIN Figure 12, ROTATION DIRECTION TOWARDS WAIL -000R CURTAIN Immediately install keepers and tighten door stops. • .fi;`^ .I These devices will preventthe doorfrom rolling up "LrN%l See'^ I and out of the guides. CN���i.} t�,j _(SrRETCid WFt4�d CARoeou:o srRft) 8.3 Attach the two keepers to the bottom interior edge of the door with one(1)1/4"carriage bolt and whiz nut in each keeper. See Figure 12, �' TRAcxeaLTs LDOOR$TOP 8.4 Tighten door stops installed in paragraph 8.1 making WRIrNurs' certain track bobs are seated in guides. (Figure 12) Figure 11. fit ' 8.2 Bend the guide tabs'out stfghtly(about 114").(Figure 12) (MOTE Standing inside thenpening Iveking out,place your hand on top of the door and push away from you rotating the door Check the balance of the,first door installed after nest (Figure 11) For doors F-l" tall or shorter with one Step 11, before installing all the doors this size, This spring rotate the door nest 3 213 to 4 revolutions. For doors will reduce a great deal of rework later. taller than 6'-1"rotate the door nest 2 complete revolutions. (Note: if tha door is equipped with a Chain hoist, It can be g GUIDE ADJUSTMENT. quite helpful in doer pre-tensioning.Please referencesection g 1 With the door approximately 6"from the floor•adjust the 10 Operators). Hanging on to the door bottom assembly, guldcs so it you grab the door by its bottom assembly,you Carefully cut the bands and feed the door curtain into the shall be able to move it from side to side approximately 114". guides, moving the door stops aside to let the bottom bar Once the guides are adjusted properly,install the balance of move past. Pull the door bottom assembly down to about fasteners and firmly lighten them. waist level. Page 6 02005 TRAC-RITE DOOR.INC. 9 2 Attach guide warning label (shown in Figure 13) to the 11,OPERATORS: guide at eye level_ 11 1 Manual operation-- Pull Rope Handle:Tie a knot in one end of the. rope. Slide die plastic handle onto the rope 9.3T If tension adjustment system was installed,attach tension and pull the knot up into the handle, Pass the other end of the adjustment :yarning labe6(shown in Figure 13) either on the rope through the hole in the center of the bottom edge of the door bracket with the tension wheel or to wall at eye level. door and tie another knot in the end to keep the rope from Dulling lhrcugh. II ;�;a",dAR:CIkG 11.2 Direct drive operator—direct drive chain hoists can be b I� installed on eitherside of the door,priorto,or after the door is _ hung (although there may be clearance limitations). Please reference Figure 15 for specifics. 4 'i.n.rwcua II 1. ;.. .m.•M �,;..�. --- y'ly':Fi.R1'dI.T'� - - i L c I•y, rGETVN1GJ COgWITH SOLIA.Wt HEAD SET +r.w..r.".-=� II irfnercu..rr.nn•'.w�.w>«+rr.:rwwme.vem••"• SCFtCw(ScftE,Y j �JaF.lu�onwi an.E� 1,iF r'�'rna.r.y.` x Z_•T:ryi,${"➢\wSlrtYhw(•,,+fi�nwuda I`:; '"�' {,.-�1x_w4eYs,Wn¢ia+Ma'wN.•WhvcO+• INTO HF*'�VAY) I ➢+wv.qua ,{ 1S+ltiov'4tNxifn �;, �'r.a�„�,+�-. ' Ii cerc•'�nrryx"e�N•�."x-r+rv.,,ws ai-v-.' Zyiun'SCWRE NEI' - ES'TErv910N I -- i..rs„e"',.T1°-"wN,.rw `NJGN WITHAtKILE I•v. �I w•.re[.+, rvzxwrm.+M»mn•-,,..nn^ lI Iip4E AND Fh.TEN RETAINER -rµr�ow�y " I n+tw.nN•r- ��„w. 111 II 'ryfiH iN• CHNN 1 "�^I^�k•�';%�� -'r'w�'^ t I. INOrvVLOkIh:.ERT sYOPNUT ; 7r1�12i1c` •'�.w,e�rr��..�nr^.w++- •_,,..mane _ {nr. .nu�"""•�I ,i A,[��uan-WM��:zM.N[�.wMy m `___ _ IVJI0 LRh1;NOT— 1 ��r.-,.. I �rrriTCJl"I�111 r e�wMwM ...am. �i 3MC'NN»R J CV,FITY Figure 13. Figure 15. 10, INTERIOR LOCK INSTALLATION; 11-3 Reduced drive operator-41 chain hoistshould be 10.1 Position door at waist level- installed as shown in Figure 16. 10.2 Assemble components as shown in Figure 14, noting SHA CCueR that two(2)high collar lock washers are placed over each Aw,e jl. <+avaaanasT 114"one-way screw to allow the lockbarto slide freely. 1 � r Il '' vca[win,,w � -SRA,rr Ekrrvs'oN aollcR CHAIN aors C+IPE ---i/. �,' ...r•.v"� I! .� �`„��.a�T•, � iI Y yran�aaYnxccNnn ..I I Yfi w'rtEJw¢,xq.lmuEL •l ••.• Wc.ZR • •) ' Vi0 xrsinnE br.i¢ __.W:.i..vsPACIGr Figure 1'6. Figure 14, 11.3 1 Align hole in shaft extension`,vith axle hole-and fasten 10.3Asthe1/4"screws arebeing'dghtened,movdthelockbar with 114."shoulderscrew and nylon insert stop nut. to assurethat the high collarlook washers are inside the slots ih the loGkbar_ 11.3.2 Assemble onto shaft extension as shown, making certain Al B36 sprocket Is aligned wills the sprocket on the 1 DA Mount the lock strike to the bottom of each guide as hoist body and the 1/4"x 1/4"key is in place- 'Tighten all set shown with two(2) 114"carriage bolts'andlam nuts through screws_ the pre-punched holes. (-D'2005 TRAC-RITE DOOR,INC. Page 7 11.3.3 Attach wall"L"bracket to main hoist body,to hold hoist level,and keep it from Swinging during operation. Secure"L" i••I!t, "`. �,".;r> a'i; 1';'��• bracket to wall. 9 9 4 M ' ,j i „ 11.3.4 Feed hand chain through and around pocketwheel• Components under extreme spring tension can Shorten chain so that d does not lay on the floor, (T to 3'off cause SERIOUS INJURY or DEATH_ Adjustments floor is fine). Close chain,making certain there are no twists and repairs must be made by a qualified door in the chain. mechanic using proper tools and instructions. Do NOT attempt-to adjust doortension unless the door 11.3.5 Install roller chain around sprockets with connecting is in the"UP"position and"LOCKED"in place. link provided- Winding bar should be solid steel 1f2" dia.rod or 3/a"X 112"flat 11.3.E Attach chain keeper clip to wall,(4'to 5'above spoor). 13.T OPTIONAL TENSION ADJUSTMENT SYSTEM USE: 12. ADJUSTING DOOR SPRING TENSION:SEE STEP 13T 13.1 T Both sides of two spring doors should be adjusted to IF DOOR HAS OPTIONAL TENSION ADJUSTMENT the same tension. SYSTEM(S). 121 To adjust doorspring tension,firstremovethe doorstops, 13.2TTo remove tension.insert winding barintoiensionwhcef keepers,and lift clip (if so equipped), Adjusting door spring and move down 1"to unlock ratchet. Push tension lock pin tension is much easier and safer with two people. toward wall and raise winding bar 2"- Release tension lock pin- Move up 1/8 turn until ratchet locks in place. t, 113Tto add tension,insert winding bar and move down until -- ratchet clicks after 118 tum. Move up slightly until ratchet locks Components under extreme spring tension can in place. See Figure IT, cause SERIOUS INJURY or DEATH. Adjustments and MORE repairs must be made by a qualified door mechanic TENSION LOCK TENSION using proper tools and instructions. Remove all ,„ PIN tension from door before unbolting spring(s). Care ` must.be taken that the door does not spin around free,as this may cause personal injuries and damage � Idr;-[ ,•'-" _ WINDING to the door curtain. �zr M,ry j r - - -.—=_' BAR I - � 12.2 Open the door but O NOT allow it to come out of the + j f t:'" - �- - TENSION guides. Strap two ropes TIGHTLY around the door curtain ' -TENSION WHEEL i :'ti. -DOOR BRACKET and tie the curtain SECURELY as it tames out of the guides, DOOR JAMB 12.3 Remove all turns so that NO tension is on spring(s). DOOR NEST NOT SHOWN FOR CLARITY Unboltspring(s)from bracket(s). Figure 17. 12A Rotate-lop of curtain 'I/3 turn toward wall to decrease 14. OPTIONAL FIELD INSTALLF-b DRAFT STOP OR tension, 113 turn away from wall to increase tension. BRUSH SEAL: 14.1 Place'the doorin the closed position before installing the 125 Reinstall boltthrough the flat washer,,Spring,and bracket draftstop. Notethatwith the door down,(he�curtainmay how at hole irrline with spnng and tighten. slightly nearthe top towards the inside;this bowing is normal_ For the draft stop to be effective,it should follow the"bow"in 122.E Reassembfe, beginning with section 8. Make note of the door curtain so that it stays in contact across the entire Qhs adjustment ISO that any other doorsof the same size,can width of the door curtain.Attach toheaderevery9incheswiih be tensioned the same as they are installed. appropriate fasteners_ 14.2 place the door in the closed position before jasialling the brushseal, Position brush seal so that it just touches the flat portion of the curtain. See Figure 18- Fasten brush seats to jamb every 12 inches with appropriate fasteners. Page 8 Q2005 TRAC-RITE DOOR,INC, 16.SPRING REPLACEMENT: DOORJAMB NOTE! ' Before you start: Read bath this section and the eRUSk SEAL complete Installation Manual to familiarize yourself with al[of the components. 16.1 On doors with two springs,both should be replaced,even DOORCUIDe - .r.---------• if only one spnngisbroken. Figure 18. 16.2 To replace a broken door spring,first remove the door stops,keepers,and exterior handle. i. 1 .. Excessive force in operation may cause damage to Components under extreme spring tension can the door. cause SERIOUS INJURY or DEATH. Adjustments and repairs must be made by a qualified door mechanic 15.MAINTENANCE using propertools and instructions. Remove ali 16.1 INSPECTION:Visually inspect the entire door monthly tension from door before unbolting spring(s). Care for general cleanliness and ease of operation. must be taken that the door does not spin around free,as this may cause personal injuries and damage 15.1.1 Inspect the guides and curtain for wear and/or accidental to the door curtain. damage. 16.3 Open the door but DO NOT allow it to come out of the 15.1.2 Inspect all fasteners and anchor bolts for loose, guides. Strap two ropes TIGHTLY around the door curtain damaged or missing parts, and tie the curtain SECURELY as it comes out of the guides. See Figure 19. 15-1.3 It door is equipped with a chain hoist mechanism, inspect it for mussing parts. 152CLFEANKS,Nos specific roceduresarere required REWOUND&*=COriEO p 9 p q DOOR cuRTAIN for yourTrac-Rite Rolling Door. Clean as needed following ROTAYIoN DIREOTION �•p�'" good housekeeping practices. AWAY FROM WALL f.-; REWOUND 152.1 Periodically clean any accumulated dirt from guides; - DOOR CURTAIN remove any debris from the guide channels at the floor. "'"�'"`r, •'Ir:- 15-3 LUBRICATION:Lubricate the followingeverysixmonths. ! .�^rysC i1• /''' ' j or more often.in dusty and/or wet operating environments. ,'+s-; •• '' 15.$.15pring(*):Close the roll-up doorso that the doarspdngs _ arc visi6ia_ With•an oil pump can,,pump a bead of all across � VI •'r,:�-` the tength.of eech spring. Operate the door several times. ,�/ The oil wt I work Us,way around the spring to help reduce friction and corrosion. figure 19. 15.3.2 Guides;Open the door, Spray silicone spray,PledgeT"', 16.4 Carefully rotate the door away from the wall until NO or Zap 4,$T14 onto the door guide runners and inside the guide, tension is on the spring(s). Unbolt spring(s)from bracket(*). On doors with optional tension adjustment system,reference 15.3.3 Lock: Spray the slide lock with silicone spray or Step 1'3.1T and Figure 17to remove all tension onthatsideof PledgOTM'to promote smooth lock operation. the door. 15.3.4 Chain yoist.Parts:Apply a small amcunt of oil to roller ,ram. ^•. "I ?�"'"'^,,s W,r chain. i {°°.,19 ^=a t t, t:�:LjV LL Use proper lifting equipment and correct lifting procedures to avoid injury. ,02005 TRAC•RITE DOOR INC, Page 9 16.5 Temporarily secure the door assembly in placo w,th C- 17. REPLACEMENT PARTS clamps or vise grips placed at the door brackets. Part No. Descripiion Lacks: 16.6 Unbolt both brackets, referencing Figure 9. 521226 Interior Lock Package 601811 SpaceGuard Latch Package 1&7 With one person holding up on each end of the door or 502705 SpareGuard Cam Lock lifting equipment, remove the temporary clamping devices. 502721 Lock Out Key Carefully lower tha curtain roll to the floor. Hardware: 16.8On the side of doors with the optional tension adjustment 603921 Bracket,Right Hand system,the spring is unbelted in step 16.14. 603931 Bracket, Left Hand 502680 42"Rope(8`-1or tall) 16.9 This step is for the opposite side of doors with a tension 508840 72" Rope(10'-12'tall) adjustment system and both sides of doors with none. 50$841 90"Rope(over 12'tall) Remove the 5116"bolt and flat washer from the loop in the 805000 Steel Jamb Package end of the door spring(s). Reference Figure 7. 605001 Wood Jamb Package 505002 Concrete Jamb Package 16,10 Place some cardboard or other material on the floor 506586 Tension Wheel where there is room to unroll the curtain. 506582 Wind'mg Bar 506602 Tension Adjustment System Hdw, Pkg. 16.11 Remove the cotter pin from the hole in each axle end that keeps the brackets in place_ Remove bracket(guide Springs. assemblies and set aside. Reference Figures 5 and 7. 600960 RH, 1375' ID, 0.288wire,62 coils, 12,50" 600970 LH,3.375"{D, 0-283 wire,62.coils, 19.50" 16.12 Place door roll at bottom edge of cardboard. While 600980 RH, 3.375" ID, 0.306 wire, 68 coils,23.00" holding the door roll SECURELY, untie the rapes from 600990 LH,3.375"ID, 0.306 wire, 68 coils, 23.00" around the door curtain, Slowly, unroll the curtain onto the 6009$5 RH,4.50" ID 0.331 wire, 63 coils,22.13" cardboard, 600905 LH,4.50" ID, 0,331 wife, 63 coils,22.13" 16.13 Remove the 5/16'bolt and flat washer from the loop in Miscellaneous: the end of the door spring. Remove the old spring and 502290 Tube Astragal replace with new spring. Reattach with the 5/16'bolt and flat 521261 Felt Tape, 2" washerthrough the loop in the spring and the door drum wdh 502061 Guide Runner 5116"whiz nut. Repeat on the other end if the doer comes 502520 Draft Stop with two springs. NOTE:Springs are color coded, red goes $04300 Touch-up Paint, Evergreen on the right, and blue goes on the left (viewing door from 504301 Touch-up Paint, Sunset Orange inside), 504302 Touch-up Paint, Polar Blue 504303 Touch-up Paint, Royal Blue 16.14 On doors with the optional tension adjustment system, 504305 Touch-up Paint, Desert Tan remove the y/.16"boltandflatwasherfromthetensianwheel. 504306 Touch-up Paint. Continental Brawn Check that the black nylon and steel washers are installed 504307 Touchup Paint. Garnet correctly as shown in Figure 5. Replace tension wheel onto 504308 Touch-up Paint, Iced'White axle and bolt spring in place referencing Figure 6. 50430A Touch-up Paint, Cedar Red IT15 Slowly roil the curtain back up, then wrap two ropes TIGHTLY around the door curtain and tie the curtain Operators: SECURELY, Reinstall the door,following these Installation $00550 Direct Drive Chain Hoist Instructions. 603911 Reduced Drive Chain Hoist 600531 Shaft Extension Kit 601355 5'Shaft Extension Kit Page 10 wD2005TRMC-RITE DOOR,INC. 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 Office of Procurement& Contracting 3200 E.Tahquit7 Canyon Way Palm Spring, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED TO: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO G & M Construction 272619 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 211 W. Mesquite Avenue Palm Springs 6. ZIP CODE 7. TELEPHONE NUMBER 92264 760-322-6918 B. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) City of Palm Springs parking garage Indian Canyon Dr. & Baristo Road 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF OONTRACT AWARD CP 07-26 $ 291,195.00 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 09 / 02 / 2008 NSF NUMBERS) 10 / 13 12008 1 (USE NUMBERS) 13, TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL,ETC.) 14. Parking Lot modification &improvement Ej NEW CONSTRUCTION FT] ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED 6Y THE CONTRACTOR($) Concrete workers and Construction workers Demolition Landscape Traffic striping Signage 16. Is language included in the Contract Award to effectuate the provision of section Yes LJ No 1777.5,as required by the Labor code?...................................................1........I... X Is language included in the Contract Award to effectuate the provisions of Section 1776,as required by the Labor Code?................................... ....................... 0 Yes E] No 17. SIGNA R 1B, TITLE 19. DATE l Manager 08/05/08 20. PRINTED O TYPE AME 21, TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement&Contracting 760-322-8368 Duplication of this form Is permissible DAB 13(rev.5101) City of Palm Springs, CA Procurement and Contracting Division BID ABSTRACT Project Number: CP 07-26 Project Name: Downtown Trash Enclosure and Alleyway Improvement Project Due Date and Time: 06/20/08 2:00 pm Bid Schedules: Vendor Name and Vendor Name and Vendor Name and Vendor Name and Bid Amount Bid Amount Bid Amount Bid Amount Bid Schedule "A°' 0 Bid Schedule "B" Total Sum of A+ B Total of Additive Bid Schedule "C" Bid Total: Witnessed: By: Date: Check A License: Contractor's License Detail Page 1 of 2 Skip to: CSLB Home I Content I Footer I Accessibility gl eard Department of Consumer Affairs ,-W, 0910V Contractors State License 'Board II 0 II 1 08 IIIII IIIIIII IIIIIII 03 IIIIIIII IIIIIII IIIIIII 01 IIIIIIIIIIIII II O 5 1111111111111 II 08 IIIIIIIIIIIII I G IIIIII 7 111111 CONSOrAERS CONTR0.CTOR5 KPRICARt9 I JODRHEYASEFI FUSLIC 1YORK5 801L0ING OFFICIALS GENERAL W0 About CSLB CON FRACTOWS LICENSE mz,rAll- 05LB Newsroom Board and Committee 41 DISCLAIMER:A license status check provides information taken from the C Meetings license database. Before relying on this information, you should be aware of the Disaster Information following limitations. Center • CSLB complaint disclosure is restricted by law(B&P 7124:8). If this entity is subject to put CSLB Library complaint disclosure, a link for complaint disclosure will appear below. Click on the link or Frequently Asked obtain complaint and/or legal action information. Questions • Per B$P 7071.17,only construction related civil judgments reported to the CSLS are disc) Online Services . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitra • Check A License or • Due to workload,there may be relevant information that has not yet been entered onto tht HIS Registration license database. • Filing a Construction Complaim • Processing Times License Number: 272619 Extract Date: 07/08/21 • Check Apphcanon Business GEORGE ARLEN MARANTZ Slalus Information: DBA G& M CONSTRUCTION of Seaich for a Surety 6 PALAMINO RD Bond Insurance PALM SPRINGS,CA 92264 Company Business Phone Number:(760)322-6918 m Search for a Wofkers' Entity: Sole Ownership Compensation company Issue Date: 1210111971 How to Participate Expire Date: 03/3112010 License Status: This license 1s current and active.All information below should b reviewed. Classifications: CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR B GENERAL.BUILDING CONTRACTOR C21 BUILDING MOVING, DEMOLITION Certifications: CERT DESCRIPTION ASS ASBESTOS-(far bidding purposes only) HAZ HAZARDOUS SUBSTANCES REMOVAL Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 310386 in the amount $12,500 with the bonding company SURETY COMPANY OF THE PACIFIC Effective Date: 01/01/2007 http://www2.cslb.ca.gov/General-lnformatioii/interactive-tools/check-a-license/License+Det... 7/8/2008 Check A License: Contractor's license Detail Page 2 of 2 Contractor's Bonding History Workers' This license has workers compensation insurance with the Compensation: STgTE COMPENSATIDN INSURANCE FUND Policy Number:238-0000669 Effective Date, 10/01/2007 Expire Date: 10/01/2008 Workers'Coinpensa(icn History �A*ldlrA Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright®2007 State of California htgD://www2.cslh.ca.gov/General-Information/interactivc-tools/check-a-license/License+Det... 7/8/2008 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR crry cti _-rFICE: . �5 - AGR# AMOl1NT City ProIeCY No: _6 —,:24 2. M0# DATE Dates Published: a F a DIV IND APP NOTICE Y CI N Bid Date & Time: ' PROJECT: N F SUCCESSFUL: 1. 2. I�N �IPC°j/i7 7: 3. 8: i 4.' g, 5 10. INC�rO� MPLETE BIDS: / Lei/ c "/ Iltlon.responsive) WHY: S" O — 14 . / x d CONTRACTOR BACKGROUND CHECK: Re ired?. Y ❑ ❑ (ATrAcR IF Realmebl 4. Affidavit of Non-Collusion Signed & Notarized? Y ❑ Information required of bidder page completed?I YN ❑ I Type,&Amount of Insurance Required: I k7A° nWW9 wAE�Elsvol' Contractors License No. a Type(s) - Status No. of days to complete work d Working Calendar i Estimated Start Date: -.JQ 2 ���_ Estimated Corfipletion Date: No. of days in which to exTec_ute contract after Notice of +J - Award (data City Clark transmits contracts for execution): - li i Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any'AddendaT Y ' 'N No. Addenda` Signed by Contractor?.Y ❑N 2 'BONDS: PERFORMANCESOND ��'„��% PAYMENT BOND 4Q"Q" % CORRECTION REPAIR ROND� °6 BID BONDS: BLANK BID SPECS. Successful Bidder: " CASHIER'S CHECK? Y ❑ ' N ❑ dFPOSITED,iIN 7& A? Y ❑: N ❑ Five. : (5) - extra sets Of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ❑ N ❑ .DEPOSITED IN T'& A_ ?.Y ❑ N ❑ Attached' Y ❑ N ❑ Which Contractor(s): 0 Provided 'Previously b0 SPECS, &,AGREEMENT FORM REFERENCE:, Public Contracts Government Code Sec. 22300 Y YJ N ❑ Labor Code 1777.5. Y , , N ❑ Labor Code 1776 Y N ❑ California Standard Specifications. - EDITION Standard Specifications for Public Works Construction (� EDITION DATE: p BY[ DEPT: