Loading...
HomeMy WebLinkAbout05545 - G & M CONSTRUCTION AIRPORT HOLDROOM A & B DEMOLITION CP 07-08 DOC #x 2007-0693451 11/15/2007 08:00R Fee:NC Page t of 1 Recorded an Official Rccords County of Rivcrside Larry W. WardPJS��essort county Clerk & Recorder I (III{IIIII�I IIII(IIII(IIIII IIIII IIII III IIIII IIII IIII S R LI PAGE SIZE DA MISC LONG RFD COPY Return To. City Clerk M A L 465 426 PCOR NCOR SMF CH FxnM City of Palm Springs / P.O.Box 2743 r Palm Springs,CA 92263-2743 Filing Fee EXEMPT per Government Code 610DIP- 1 NOTICE OF COMPLETION 1 NOTICE IS HEREBY given that: . The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California, nu�wcr 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the City was COMPLETED on the 13th day of November, 2007. 5. The name of the contractor for such work of improvement was: G&M Construction, 211 W. Mesquite Ave., Palm Springs, California 92264 6. The public work of improvement, which was Completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Demolition of Hold-rooms A & B at Palm Springs International Airport 7. Nature of Interest: Fee Owner. 7. The property address or location of said property is: 3400 E. Tahquitz Canyon Way, Palm Springs, California 92262 . 8. City Project No. CP 07-08, Agreement No. 5545. DATED: 07 CITY OF PAL GS By: I Thomas No n,A.A.E., Executive Director, Airport JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. rQ� r James Thompson City Clerk • �n,1�'y1It .AGREEMENT THUS AGREEMENT made this�day of ' ;Qk1/U in the year 200A,by and between the City of Palm Springs,a charter City,organized and exists g in the County of Riverside,under and by virtue of the laws of the State of California,hereinafter designated as the City,and G & M CONSTRUCTION hereinafter designated as the Contractor. The City and the Contractor,in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1—THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s)of the City's Contract Documents entitled: AIRPORT HOLD-ROOM A&B DEMOLITION CITY PROJECT NO.07-08 The Work is generally described as follows • Provide the materials,supplies,services,equipment and manpower to complete the demolition,grading,fencing,landscaping,and irrigation necessary to complete the Airport Hold-room A&B Demolition City Project No.07-08. + ARTICLE 2—COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City,and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial less if the Work is not completed within the time specified in Article 2, herein plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay(but not as a penalty), the Contractor shall pay the City the sum of$250 for each calendar day that expires after the time specified in Article 2,herein. ARTICLE 3—CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price.(a)named in the Contractors 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 2 ,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. Airport Hold-rooms A&B Demolition CITY PROJECT N0.07-08 AGREEMENT FORM August 1,2007 AGREEMENT AND BONDS ARTICLE 5—PAYMENT PROCEDURES The Contractor shall Submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6—NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice,it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firth or to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail,postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7—MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law),and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners,successors,assigns, and legal representatives,to the other party hereto,its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF,the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OFPALM SPRINGS,CALIFORNIA ?APPROVED City Clerk APPROVED BY THE CITY COUNCIL: - TOLL o9�x7 tae7 / TORM: e� Date (19/(15/f77 By ' J d Agreement No. 5545 AttorneyCity Date �•�!vf� - 0 CONTENTS APPROVED: Date �-1601'\ APPROVED BY CITY COUNCIL City Manag Date G r Airport Hold-rooms A&B Demolition CITY PROJECT NO_07-08 AGREEMENT FORM August t,2007 AGREEMENT AND BONDS CONTRACTOR:Check one:—Individual _Partnership _-L Corporation Corporations requjLq^o notarize signatures: One from each of the following: A. Chairman of Board, President, or any Vice President AND ecr ary, sistant etary,Treasurer,Assistant Treasurer,or Chief Financial Officer. sy RE NO 7 ZED ^ SIGNATURE NOTARIZED Name: —E 1 (Name:Dwowt1r_ tAAEAy!-r-- Till r Title: S�,re.Tn,cvSurz Address: � AV Address:,(Iflf, 4LM Sp21NF5 .427ay 1P4 2-24 Stale of State of C�`4-LIFo EN1A County of�l�Ies 1�c- County aF'TLIVeP_5fjDF OnqWL]Lbefore me F Ao.uhF¢.S On before me �l]P_E Sfuh/OE its personally appear& a -l.. personally appeared pfxWNI: M4&4NT'Z personally known to me(Qc.preved-fo-me-en personally known to me(erprovnd-twneaa 4he.basis-ef setisfasteq-euidenee)to be the t )to be the person9r)whose name( is/nre subscribed person(&)whose nameJeis/art subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/&eRhey executed the same in to me thatJre/she/tkey executed the same in hislha*teir authorized capacity(k*,and 4is1herAheiF authorized cepacity(tes)and that by his/WitheRt signatureM on the that byJNafherftkeir signature(d)on the Instrument the personA,or)he entity upon instrument the person(A,or the entity upon behalf of which the persor3(t)acted, behalf of which the person(j)acted executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. e�KPdLL� �� t[/VJ � /L_2ee�n2ll�ilA/ Notary Signature Notary Signature Notary Seal: Nota Seal: DEIDRESAUNDERS DEIDRFSAUNDERS Commplllon M 1712961 Commlulon# 1712961 •.: Notary M14RC•Calllomla ; • Notary rublIC-Callfornlo Rivoralde County i Rlwnlae County mrComm.B0wJan2,2011 My Camm.E0ftJM2,2011 Airport Mold-rooms A&B Demolition AGREEMENT FORM CITY PROJECT NO.07-08 AGREEMENT AND BONDS August 1,2007 • 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: AIRPORT HOLD-ROOMS A&B DEMOLITION CITY PROJECT NO,07-08 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security, This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law, Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates,Payment Bond,Performance Bond,and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents,including the fallowing Addenda(receipt of which is hereby acknowledged): .It Number 1 _ Date 6 //6 AO Z Number A'd, Date 0/A,-L 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 t0 be performed, the legal requirements (federal, state, and local laws ordinances, rules, and regulations), and the conditions affecting cost,progress,or performance of the Work,and has made such independent investigations as Bidder deems necessary . In conformance with the current statutory requirements of California Labor Code Section 1860, et seq, the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code,which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing,and including all Bid Schedule(s),List of Subcontractors, Non-collusion Affidavit,Bidders General Information,and Bid Bond contained in these Bid Forms,said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s)no�t d in t71", rementioned Bidding Schedule(s). A Dated: 2� Bidder: poCG,as/tj ,vc7/d� By: ( at e) Title, Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 BID(PROPOSAL) August 1,2007 BID FORMS • BASE BID SCHEDULE Lump Sum Price for Construction of AIRPORT HOLD-ROOMS A&B DEMOLITION PROJECT NO.07-08 In Palm Springs, California Item Description 1. Provide all materials, supplies, services, equipment and manpower necessary to complete the demolition, grading, landscaping, irrigation, fencing, bonds and insurance for the Airport Temporary Hold-room A& B Demolition project as detailed in the Plans & Specifications entitled "Palm Springs International Airport Temporary Hold-room A&B Demolition, City Project No. 07-08". TOTAL LUMP SUM BID PRICE For the lump sum of $ (Price in figures) 1/I1 7Y i .LU Y411 36c4AI^tA _�u I G/t Va�✓ t C� Z lr_eJi , Wi no I (Price in words) BIDDER: p C VA/ 7/f&e-7 /fly BY: ,QSigynature TITLE: / /,�5 DATE: Y G • Airport Hold-rooms A&B Demolition CITY PROJECT NO.07.06 LUMP SUM BID SCHEDULE August 1,2007 BID FORMS INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which Will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or' will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractors Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. —An-osc)4'PG 861 E5(oa 0. AN APPAI - turrij, pLwu.S � =crZaucTLs f? CQ. GO% !33 g P=4VACNO V-ANR-4(rE� CALM '70 2. 3. 4, 5. 6- 7- Airport Hold-rooms A&B Demolition CITY PROJECT NO,07-08 LIST OF SUBCONTRACTORS August 1,2007 BID FORMS • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID DENMWNPM CarnrnNNDn# 17121 1 Nalary Public-Calllornla State of California Rwarrllda County ss. WCw=.8"=Jan2,2011 County of ) I, Aj'kld2s'_ Q being first duly sworn, deposes and says that he -4� alaa is I_r ' 1 '� of --- (' A'V�= JC]i 4, the party making the foregoing Bid, tat the Bid is not mad 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 G�'�� CU�/rl1 /iV T/"A/ By Title Ai' y + Organization ri,Mf M G G/V e7 7 {'fb T Address_ _ yJl N/ /-/I le 4- UI 7 Airport Hold-rooms A&B Demolition CITY PROJECT N0.07-08 NON-COLLUSION AFFIDAVIT August 1,2007 DID FORMS 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: AIRPORT MOLD-ROMM A&B DEMOLITION CITY PROJECT NO.07-08 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 . SURETY: PRINCIPAL: (Check one: _individual, partnership, By _corporation) By Title signature (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) (NOTARIZED) Print Name and Title: By signature (NOTARIZED) Print Name and Title: . (Corporations require two signatures; one from each of the following groups:A.Charcrnan of Board,President or any Vice President;AND S. Somlary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer), Airport Hold-rooms A&B Demolition CITY PROJECT NO 07-08 BID BOND(BID SECURITY FORM) August 1,2007 BID FORMS • 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: Cg Ar M _ PAI'm CA �a 2. CONTRACTOR'S Telephone Number. ( _T(00 !92a- logl 8 Facsimile Number: ( 7bO ) -7 lr -7 0 9 _ 3. CONTRACTOR'S License: Primary Classification State License Number(s) t Supplemental License Classifications 4, Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety tr RC�Ir� Address _ _fo�1-5 d P_A t4 Crr S._.,d 4A RG, _ Surety Company VLVl10.2iC4Xfa ue s Telephone Numbers: Agent(7&o ) G.0_r< -1 Surety( 71q) 7 yo- 700 a 5. Type of Firm (Individual, Partnership or Corporation): rt�o Po�a ficttil 6. Corporation organized under the laws of the State of: (r-cam e_'A I 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- l-•E05zGG tA. S��P�NGS °� ab cf 1ZiA tUE M�k21�N�Z 1�Avf{MIIJO �ff4M S'r'E)nfr, BIDDER'S GENERAL INFORMATION (Continued) Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 BIDDER'S GENERAL INFORMATION August 1.2007 BID FORMS • 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 CPry ox P41-PI SPRiWcls Address 3400 E.TA/iQulTZ c yN wy Contact YaOG&2 Class of Work A-1 Phone $2.$-T253 Contract Amount i'r50,ewo Project P51P e MOVrf- pc Date Completed IDEd, Za-00 rp Contact Person k nG6R Telephone number b. OWnerl?" SPRINGS l419BVr Address 34bQ E. r h'[tuira GYIV wy ContacLnm S2F_iItAa Class of Work �JINC- Phone? Contract Amount 15, 000 ProjectP50 S?er-y2 t3u1 P Date Completed 2j9061260`7 Contact Personz'IM EZ Li y� Telephone number c. Owner(�r t�l v� F fAIM 5!PINGS Address3Zo6 F Tl3#0017 ceAl w y Contact 174\J E BAP1NCIAN Class of Work 4 / Phone 323- %2K-4 Contract Amount:�3Fb 00CD i Project PALm Cawvo,��g 6+ Vir. Date Completed 00� Contact Person-Ci.4vi= Telephone number 32 5:3 110. List the name and title of theperson who will supervise full-time the proposed work for your 11. Is full-time supervisor an employee_/x� contract services T v 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. i Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 BIDDER'S GENERAL INFORMATION August 1,2007 BID FORMS Bond No. 296426-02 Bond Premium: N/A BID BOND KNOW ALL MEN BY THESE PRESENTS, That—George Marantz dba: G & M Construction asPrineipal, and American Contractors Indemnity Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City'in the sum of: Eleven Thousand dollars and 00/100 ($11,000.00) 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: AIRPORT HOLD-ROMM A&B DEMOLITION CITY PROJECT NO.07-08 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the"Notice Inviting Bids"and the"Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this 24th day of August 2007. SURETY: American Contractors PRINCIPAL: George Marantz dba: Indemnitv Com an G & M Construction p ',t (Ch ck one: indardual, _partnership, By wtpdtahon) Paul S. Dito By _ Title Attorney—in—fact eln„ai„re (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) OTARI Printhl me nit Tide: By vBmlvn (NOTARIZED) Print Name and Title: h1 - c �5 C/1 �EA� (CorporaLons requlm h,,o signatures; one Gom each of the followng groups:A.Chamnan of Hoard,President.or any Vice PresldeM AND 6 Scorerary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief D Fnancial Officer), Airport Hold-rooms A&S Demolition CITY PROJFrT NO,07-08 BID BOND(BID SECURITY FORM) August t,2007 BID FORMS I'Irl'IIII I . . _._ - IIIIlI'llliil�,v.I u"iIlI'l;,l'Ii�,ul',l , _ - IililiiIlu�lna!!lIl ii � u�III Il Jill l i1il0''1 I'll uI 1 11iij4i1 'ji°lull, VII11III l II u l 6d °Il l' ilI41 I ' IulfPill �,r���I Vil„r II' l,Xl�lllli�,,ilul American Contractors �ndei,n,nity,,IG,,ompany l III; l l ,l'I,II Jlu;I ;I ++, illlllill null 1 lulu li it n - 4 nlla 9S Airport Blvd. Losl '"nI'""Ie " olrVlr.i'9 0 - I Air o 9 Floor }es Callif 6 IAI 0 p € POWER OFIIIIIATTO'Y2NE11C iiljlIu1Ip^j„ KNOW ALLNEN13Y TI-TEST�,IIP,RE'IS'ENtS,Inl - - - - J,,,,l Illili'iilli;Iiul That American Contractors Indctii'it ty Co,tn,ptLny ol,Itlae;St`�}"'tIC of California,a Ctililomia corporation, does hereby appoint, "IIJ Erik Johansson,Paul S.Dito,Kim Heredin,Paula LaSalle,or Denise Renderos of Orange,California Iilulilul IPIIIiI'IIil,II uI'I,Ip,II'tl yl!l,. elLirl,,,l L;IIoi„p, 'lil'uil,r� � I I � u, " � - d",ijiil,l� �,yp�iir'',ui;d'°inlll 1. �1"i°olilp�l ui�llilulllV_pul''yuujlll,. II!lllllll!ll J;illits tIillUe aiiil',Pa y,Ful�';I ltftS;'rney(s)-in-Fact,with-full authority to execute on its behalf bonds, undertakings ll��c'ogm "hc °sli,lah jll!I60"t a ch',lrtract's glllllll,llli�IVVVI I�,v lj,�, T, il,l,r II °If it"IId m''iii II!a'rlld'li'" -�t'`u0I obligatory nature then d in the its business 'l'Ibihl'il th'v M1,tf°elc°,IIViIVP;II'Amoull 401not Ilt"o!'�"eaeLc'irl $ s*********'**3;00,000.00**+***,**s*'e This Power of Attomcyrshallaexpire'Iwi'thoui''MRfie?'�tZ i 1p l��"'"I in an ry dII h ''abttoillllbn June 29,2009. -- - ' lxe InII,II'I,rII,,,I„„ . . ... ..� This Power of•Attorney is granted and is signed and sealed by facsi a'iil d llnd'laf"a�'dy,b jk'!I I e;alAili',ol',ity of the following Resolution adopted by ` the Decemb Board 9 Directors of AM) 131CAN CONTRACTORS 1ND7 �;IIi IY C( SIP"AN lt°la,;lmceting duly called and held. 'iI tli•0 G day of Iliiillili'lll'II RB50f VBD that the Chil aecuti,l!e O„ xcer'Pr" sdd ilt or iiW,,l,t tce Presider{6xecuth e-i?ce Presidenq Secretary or Assistant Secretary,shall have the klll power and authorityolOo "l" Ili l �n.n flJl„i u;�,'jielil 1. To appoint Attorney6)-'n-Facii� it ll o az'itho' , ^'1nrrti1%vem to exec:zt�an behalf of the Comlx+nY, and ottach the seal of t/re Company thereto, I bonds and undertakings,contracts of mdemnhy,and other writings obligatory in the nature thereof and, llll lllliill dliiiiliiii ,yuu"l'iiu,,,,«i°I' '";"u'II °id�'IUI,«„i, _ u�i all �fmW'i',i"I1Id, rIffl,�,lIrl lE,li'II�' Yoh"'IIu Ir°Iiil liu up9 ry�ela IvKl„,,',pl any time,anv szzch Attorney-m-Pac{and revoke the autlioriry given. "^'i" "' i'''lllll J"uull�uw ';dil'I�I";IIuu �Ji 1,vI"ili il��lilii�w �- 'IIIIIIIIIiiuI,J°Illjdl�ll'll I��V�uv�' killllll'i w!,�i„i li 1, (I�,I;,,rl - I � "url'l'rv' {Iiollllllil V,Iillii�,II�II I,Iuiilljlllll iliiil!ii1lijjPl .. i SD P T >j;',,that tJre signaiures of such officers and the sea!of the Company may be affixed to any 'c/SIPu i ',I, l ll 4t1'a iil,aay!;illl'll;iiiil^ rtifrcafe relafmg tllereta-hy facsimile,and any such Power afAuorney ar cerufzealPlit�eac: g such facntil,rJe slil�/ilptures or facsonde seat shall be.va[I and bIndin, - _ ,upon Uie Comptlrrresnectrin analbond or tutderl kin to whictlfs attacheciill�b',stlat� es pricf ft+i;Isitire'xiert[shall be valid and bandingupon the Company _- in the futzzre��, } y 8 ,I�;d I,,,I�u�, II le'u .- �. • IN WITNESS WHEREOF,American Contractors Indemnity Company°(has(caused its al tobe affixed hereto and executed by its liiill'I^oi"g'I Executive Vice President on they„l day ollfl,'llanuary,20F6, M Iulllijljili TO,�r,,e r' ' 1'iu�l�i�"Il AMERICAN CONTRACTORS INDEMNITY COMPANY 'i�^" IIIII,iomV ° illlll Ili l'I� IJiiIl;iili�ln - _ III yr ima UOIAE9 = ----'--- I,IdIIIIll II IPI°uIl�IIII1 II161pllplu1 uIu�Ill� V IIu Il'dllu"lIuI�V P°il'IV pnuG„V II�"IpiiIuI�O�InIlII, I�I^III'l'd�u�VV'l I�Il�Iurin�� - �^—Fu I.I�ite�oIr��I�!nirI lml rI I-I I a�r�^ru.l,l I�I Irn,'"m"�IlaImr I ne�I p� I'll wmBY V1IIIVII11 IIIII PI >r©F I b TA s in Executive Vide�l s I I I^ uIAdam S.Pes cSa III l I 1rllulI I I!il I II.��u " ELLS 'I� u�,�IlI l II I'l' Jill"I I l lI lllll IuuuI'IWIu luI l I WuuVIp II ImJ'u.I�Iu�I dulVl Iu V II lu'Im yV l lI�I lllI' I I Iu,malu uI u Vl �On thisPll 9ph day of January,2007,before me, Steve Fcdunak ,a notary ry public,per appeared AdanSPess , xctivtc I I�I lI u Vu u IeII uI l I uI I I - P-residenr of AmericanContractors Indemnity Company ,personally kt„1,Aw ult19 mI, rr,'or,prglNed,t�,Inrne on the basis of satisfactory evidence)to �l ,tRlJ be the persons)whose name(s)'is/are subscribed to the within instru'AFq°'yv�QlMck�wtlel'Ir 08i'tti'IIi1ae that he/she/they executed the:saline in _-lais/her/their authorized-capacity(ics),and that by his/her/their signatIIrI s,)''IDili^,1'lae,iil,{,lsti�u t�ie'194i;,',l 'i;,pperson(s),or the emity upon behalf of _which$heperson(s)-acted,executedtheinstrument- WITNESS my hand and offtcialll„seal_(,( _ II STEVE FEDllN)"K 02, No. 15$SS78NoTAhl:euIBLIC-CAL IronNIA OLos ANGELES COUNTYSignature ofNotary ' MYComm.Exp.June 29,2009 My Colqui i n expires Junc 29,12009 W IIJII;Ijillllll pmlpll'II III'Iudll�llil'illl'li,I. IIIIijI!�I�I uuyul'llllprc^ _ - illiiyW9, „gllili6" IVp'lulu VII'IiI I II dlullllllllll' ,III III„ _uVl'ul IVIIII pIIVI', ; IdVII II VII IiI I IV'ilpllll ll IWpl I i!i!Idl IIa"I �IfldVl°u�'"^uul'uI mulllluuugll IVlll'uJY'�,p'Iiullll, II I �i , l vl i'l u0l II �u' all V u �uV II VI Ill 11111111111111111 u II 1 II II I. III up uu'JeIu I'mcum ,,I IIII � rat t liliill;III,I4v I°'111n, II,;I,pI, !u Ilhrk,olllC�,t r1,, l e Secretary of.American Cn trac ors Indemnity Company,do hereby certify I�;tl�k'illtlaelll1'iupw�I�Ill �II II�o�I�l'IiI)l�}ilu�nd the II correctIp11;191It1 e said�ploavv�� I Atto ne$northe censolut o�n l�ave said beenvrepoked and thc forth areabove, ow in fu l forcedand effect,Iscripy lll,,t,)110'led;*liiill�ri(IIII I It°'neither Y IN WITNESS MU" 'bF,I have hcrculma,setanyhond this 24tHYvoiiij a ''illiiofylll Iti6I,"If nS lillili "iiilllli°IiI°iiipiiiiilllllll �00'7. - 7w�ulr IrPIuHI" u i II pII,I II,IIIiII,IoIl!,I "!uvil!I�l Iir"ullpu - - - .. d'I�ii'ld1i� JII"jlliillliiiigl - - - - ^"IIVI .Bond No- 296426-02 III Jeatm J.-Kim,Co orate Secretary . 'ibJl I '�III,II u II, �!ll!Pu II u IdI!dIIlI,IIryryryjI'„a„III' IlIl lilIIIII.uIIaul�l IIII-,I,.IIall iII.�I��I.PI�inl I.Iu�I IIl.I�II u �IIu#9 �0I�I�U7A Agency No. IIIIuIIII� 111111111, II�Il Il'IIIIIII I� - ... n - _ -_- - 4II u�1��I h I �IIw 'IIIl i�II Iupu I I.Ia !I�uP'I I Iul IlmI.uI III.Ip I II II l Il Ii s uIJ�I I II ..rP IIII�V III I ulIII ll V V II I II� II�I I II II IIVII I,II lIII I IP 1�u ue I I I III a ' III,," OiI � III lIlII n II luI- 'l„ - l I�- CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of CALIFORNIA ) County of ORANGE ) On August 24, 2007 beforeme, JONATHAN CRUZ, A NOTARY PUBLIC (here anscri name and tide of the officer) personally appeared Paul,' S. Pito personally known to me (or proved to me on the basis of satisfactory evidence) to be the p�erson whose name is/�fe subscribed to the within instrument and acknowledged to me that hel4e/tdriey ex ccted the same in hislig1their authorized capacity(' ), and that by his4r/tl/ir signature on the instnument the personv, or the entity upon behalf of whit the person acted, executed the instrument. � rMtww clnup r-o�n+.Mn�l�o-nrs ratwnro f WITNESS my hand and official seal. wc� teen,, t Z ptp Ignamrc ofNonry Public (Seat). ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed In California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknow/adgmenr forna must be properly completed and attached to that document The only exception is if a Bond No. 296426-02 document as to be recorded outside of California.In such instances,any alternative (Tide or description of attached document) acknowledgment verbiaga as may be printed on such a document so long as the verbiage doer no[rewire the notary to do something that is illegal for a notary in. California (t.e, ccrnfying the authorized capacity of the signer). Please check the (Title or description of attached documenr continued) document carefullyforpmper notarial Wording and attach thisforn,lfrequared. Number of Pages Docurnent Date - State and County information must he the State and Counry.wbere the document signer(s)personally appeared before the notary public for acknowledgment - Date of notarization must be The date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. , (Additional information) - The notary public muss print his or her name as it appears within his or her commission followed by acomma and then your title(notary public), print the ❑ame(s) of document signer(s) who personally appear at the time of notarization, CAPACITY CLAIMED BY THE SIGNER - Indicant the correct singular or plural forms by crossing off incorrect forms(i.c- ❑ Individual(s) helshehdrey,is hare)or circling the correct forms.Fail=to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer . The notary seal impresuion must he clear and phonographically reproducible. Impression most not cover text or lines. If seal impression smudges,re-seal if a (Tide) sufhment area permrts,otherwise complete a different acknowledgment farm, ❑ Partricr(s) - signature of the notary public must match the signature on file with the office of the county clerk. [] Attomcy-in-Fact Additional information is mot required but could help to creure'this ❑ Thistee(s) acknowledgment Is not misused or atached to a different document ❑ Other f Indicate Tide or rypeufattached document,number of pages and dare. +• indicate the capacity claimed by The signer. If the claimed capacity is a + corporate officer,indicate The tide(r-e.CFO,CFO,Secretary). - Securely attach dux document to the signed document r CAPAv1210n5�G�h:.ocjginn orProrne�onJ Notvic ffiCSA 9oo-av3�965 xvnv.wiaydasG,com CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I I State of California ss. County of On� 7 4-20J 7 before �Na....ne rm c �r _- =,eubuc9 personally appeared '�f impersonally known to me ❑ proved to me on the basis of satisfactory evidence I to be the person• whose name•a) +mare 'I subscribed to the within instrument and DEIDRE SAUNDERS acknowledged to me that he/she/they executed I the same in djra'her/their authorized Co DEIDRE # 1712961 I K Notary Public-Calltomla capacity(ies), and that by his+ea/their 1 Rivetsicle County signature(s) on the instrument the person, or I Mycorm-owites.knz2R11 the entity upon behalf of which the person(s) I acted, executed the instrument. WITNESS my hand d official seal. Slgnaturo of Nomry eu011c I I OPTIONAL Though the Information below is not required by law,it may prove valuable to persons relying on the document and could prevent 1 I lmudulant removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: j .# /7 � � I Document Date: .;Z` 1�c206 � Number of Pages: Signer(s)Other Than Named Above: Capacity(ies))�Claimed by Signer Signer's Name:(r62 � ,J /—,ylye / IAE&V%-2-- ❑ Individual Top or thumn here 5?"Corporate Officer—Title( �111R4�dea�� Z.11 . v4 ❑ Partner--❑ Limited ❑ eneral =- ❑ Attorney-in-Fact =- ❑ Trustee •r`tv_~~ ,I ❑ Guardian or Conservator ❑ Other. ". f Signer Is Representing: _ 4 ���•.t I 01BBa Moral Newry A,;dailon•garoDoWQ Ave,,P.0D..2m2•ChnIervorth,CA 913M2402•vrmv nailonalnotary orq Prod.No 5907 ReoMae.CtJJ Toll-From I-BOW766B2] CITY OF PALM SPRINGS, CALIFORNIA DEPARTMENT OF AVIATION NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: AIRPORT HOLD-ROOMS A & B DEMOLITION CITY PROJECT NO. 07-08 IN THE CITY OF PALM SPRINGS • August 1, 2007 OF PALM S AP c� LA QtORATEO FO Bids Open 8/28/07 Dated: 8/1107 • CITY PROJECT NO. 07 - 08 The Specifications contained in the attached Project Manual have been prepared by, or under the direct supervision of the following Architectural Firm Gensler r 2500 Broadway, Suite 300i Santa Monica, California 90404 �I, No,a -128`5 • Airport Hold-Rooms A&8 Demolition CITY PROJECT NO.07.08 SPECIAL PROVISIONS August 1,2007 GENERAL CONTENTS-PAGE 1 NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond • Payment Bond Insurance Forms and Provisions PART II-- Conditions of Contract Supplementary General Conditions (PART III --APPENDICES APPENDIX "A" i Special Security Provisions Airport Hold-Rooms A&B Demolition CITY PROJECT NO.07-08 SPECIAL PROVISIONS August 9,2007 GENERAL CONTENTS-PAGE 2 i CITY OF PALM SPRINGS • NOTICE INVITING BIDS IFP 08-01 For DEMOLITION OF AIRPORT HOLDROOMS A & B - Project No. 07-08 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Demolition of Airport Holdrooms A & B will be received at the office of the Procurement and Contracting of the City of Palm Springs, California, until 2 P.M. LOCAL TIME, TUESDAY, AUGUST 28, 2007 at which time they will be opened and read aloud. 14-2 DESCRIPTION OF THE WORK: The Work comprises the demolition of temporary Hold-rooms A & B and attached security barriers. Work also includes the installation of irrigation systems and sod landscaping in the Main Courtyard at the Palm Springs International Airport. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any Or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. w-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 CLASSIPTCATION: The Contractor shall possess a valid Class A 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 prevallIng wage requirements of ' the State of California. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the . City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 PRE-BID VISIT TO WORK SITE: Prospective bidders are strongly encouraged to attend a pre-bid walk through of the proposed work site and existing facilities which will be conducted by the City at 10:OOAM,TUESDAY, AUGUST 14, 2007. Prospective bidders shall meet in the upstairs conference room in the airport main terminal. (bring your parking tickets and they will be validated) . N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) One complete set of said Contract Documents is obtainable from OCB Reprographics, 550 Vella Road, Palm Springs, CA 92264, phone: 760-325-3717, AT NO CHARGE. Additional sets may be purchased directly from OCB Reprographics. No refund will be made of any charges for sets of Contract Documents. 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 Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "IFB 08-01 BID FOR DEMOLITION OF HOLDROOMS A & B, DUE AUGUST 28, 2007 2:00PM11 . The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. BY ORDER OF THE CITY OF PALM SPRINGS, CA. By Craig L. GI ders, .P.M. Procureme & Contracting Manager Date: July 31, 2007 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS -Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term"Bidder"shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer"shall be as defined in the Special Provisions, 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidders experience as of recent date on the form entitled "Bidders 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 contractors license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS -More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders,all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal,state, and local laws and regulations that may affect cost, progress,or performance of the Work;study and carefully correlate the Bidders observations with the Contract Documents; and notify the Engineer of all conflicts, errors,or discrepancies noted in the Contract Documents. • (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents,but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions— (d)Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the 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. Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 INSTRUCTIONS TO August 1,2007 BIDDERS-PAGE 1 () 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 Office of Procurement & Contracting. Interpretations or clarifications considered necessary by the Architect in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by 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 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. T 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 property 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 Mviting 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 govem 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)This project is a lump sum bid project. 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. Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 INSTRUCTIONS TO August 1,2007 BIDDERS-PAGE 2 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 Architect is set forth in the specifications. 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 10 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in Connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive,responsible bidder refuses or fails to execute the Agreement,the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City 18. WORKER'S COMPENSATION REQUIREMENT-The Bidder should be aware that in accordance with laws of the State of California,the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 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 Cade 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- Airport Hold-roams A&B Demolition CITY PROJECT NO.07-08 INSTRUCTIONS TO August 1,2007 BIDDERS-PAGE 3 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. Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 COVER SHEET August 1,2007 SID FORMS BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with the City in the farm included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: AIRPORT HOLD-ROOMS A&B DEMOLITION CITY PROJECT NO.07.03 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 Band,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 pate Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost,progress,or performance of the Work,and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code,which require every employer to be insured against liability for worker's compensation, or to undertake self-Insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing,and including all Bid Schedule(s),List of Subcontractors,Non-collusion Affidavit,Bidder's General Information,and Bid Bond contained in these Bid Forms,said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in Said Contract Documents,and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s)named in the aforementioned Bidding Schedule(s). Dated: Bidder. By: (Signature) Title: • Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 BID(PROPOSAL) August 1,2007 BID FORMS BASE BID SCHEDULE Lump Sum Price for Construction of AIRPORT HOLD-ROOMS A& B DEMOLITION PROJECT NO.07-08 In Palm Springs, California Item Description 1. Provide all materials, supplies, services, equipment and manpower necessary to complete the demolition, grading, landscaping, irrigation, fencing, bonds and insurance for the Airport Temporary Hold-roam A& B Demolition project as detailed in the Plans & Specifications entitled "Palm Springs International Airport Temporary Hold-room A& B Demolition, City Project No. 07-08 TOTAL LUMP SUM BID PRICE • For the lump Sum of (Price in figures) (Price in words) BIDDER: BY: Signature TITLE: DATE: Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 LUMP SUM BID SCHEDULE August 1,2007 BID FORMS INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, at seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or' will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause Its rejection. Contractors Percent License of Total Work to be Performed Number Contract Subcontractors Name&Address 1. 2. 3. • 4. 5. 6. 7. 8. • Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 LIST OF SUBCONTRACTORS August 1,2007 BID FORMS • 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 parry 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 Airport Hold-rooms A&D Demolition CITY PROJECT NO.07.08 NON-COLLUSION AFFIDAVIT August 1,2007 BID FORMS • BID BOND KNOW ALL MEN 13Y 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, AIRPORT MOLD-ROMM A& B DEMOLITION CITY PROJECT NO.07-08 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 , SURETY: PRINCIPAL: (Check one: _individual, partnership, By corporation) By Title signatum (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) (NOTARIZED) Print Name and Title: By :�gnaWra (NOTARIZED) Print Name and Title: (Corporations require two signatures one /mm each of the following groups:A Chairman of Board,President,or any Uce President AND B, Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,0r Chief Financial officer). Airport Flold-rooms A&B Demolition CITY PROJECT NO.07-08 BID BOND(BID SECURITY FORM) August 1,2007 BID FORMS • 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): & 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: BIDDER'S GENERAL INFORMATION (Continued) Airport Mold-rooms A&B Demolition CITY PROJECT NO.07-08 BIDDER'S GENERAL INFORMATION August 1,2007 BID FORMS • 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. • Airport Hold-rooms A&B Demolition CITY PROJECT NO.07.08 BIDDER'S GENERAL INFORMATION August 1,2007 BID FORMS AGREEMENT THIS AGREEMENT made this day of in the year 200_,by and between the City of Palm Springs,a charter city,Organized and existing in the County of Riverside,under and by virtue of the laws of the State of California,hereinafter designated as the City,and hereinafter designated as the Contractor. The City and the Contractor,in consideration of the mutual covenant.hereinafter set forth,agree as follows: ARTICLE 1—THE WORK The Contractor shall complete the Work as Specified of indicated under the Bid Schedule(s)of the City's Contract Documents entitled AIRPORT HOLD-ROOM A&B DEMOLITION CITY PROJECT NO.07.08 The Work is generally described as follows: Provide the materials,supplies,services,equipment and manpower to complete the demolition,grading,fencing,landscaping,and irrigation necessary to complete the Airport Hold-room A&B Demolition,City Project No 07-08. ARTICLE 2—COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City,and the Work Shall be fully completed within the time specified in the Nonce to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will Suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein, They also recognize the delay., expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly,instead of requiring any such proof,the City and the Contractor agree that as liquidated damages or delay(but not as a penalty),the Contractor shall pay the City the sum of$250 for each calendar day that expires after the time specified in Article 2,herein. ARTICLE 3—CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s)named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4—THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders General Information, Bid Security or Bid Bond, this Agreement, Workers Compensation Certrficate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to ,inclusive,and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto, • Airport Hold-rooms A&8 Demolition CITY PROJECT NO,07-08 AGREEMENT FORM August f,2007 AGREEMENT AND BONDS • ARTICLE 5—PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Previsions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6—NOTICES Whenever any prevision of the Contract Documents requires the giving of a written Notice,it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail,postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7—MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in Said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law),and unless specifically Stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself,its partners,successors,assigns,and legal representatives,to the other party hereto,its partners, Successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF,the City and the Contractor have Caused this Agreement to be executed the day and year first above written. ATTEST! CITY OF PALM SPRINGS,CALIFORNIA By City Clerk APPROVED BY THE CITY COUNCIL: APPROVED AS TO FORM: Minute Order No. Date By Agreement No City Attorney Date CONTENTS APPROVED: By City Engineer Date By City Manager Date • Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 AGREEMENT FORM August t,2007 AGREEMENT AND BONDS CONTRACTOR:Check one:_Individual Partnership Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer, By By SIGNATURE NOTARIZED SIGNATURE NOTARIZED Name: Name Title: Title: Address: Address: State of State of County of County of On before me On before me personally appeared personally appeared personally known to me(or proved to me on personally known to me(or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(s)whose names)islare subscribed person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/sheRhey executed the same in to me that he/she/they executed the same in his/her/their authorized capacity(ies),and his/her/their authorized capeeity(ies)and that by his/her/their signature(s)on the that by his/her/their signature(s)on the instrument the person(s),or the entity upon instrument the person(s),or the entity upon • behalf of which the person(s)acted, behalf of which the person(s)acted executed the instrument. executed the instrument WITNESS my hand and official seal. WITNESS my hand and official Seal. Notary Signature Notary Signature Notan Seal: Nita Seal: Airport Hold-rooms A$B Demolition AGREEMENT FORM CITY PROJECT NO.07-08 AGREEMENT AND BONDS August 1,2007 0 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) • l am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 August 1,2007 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Be Contractor, And as Surety, are held fim ly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside,California,hereinafter called the"City, in the sum of dollars, for the payment of which sum well and truly to be made,we bind ourselves, our heirs executors, administrators, successors,and assigns,Jointly and severally,firmly by these presents WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: AIRPORT HOLD-ROOM A&6 DEMOLITION CITY PROJECT NO.07.08 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part,at the times and In the manner specified herein,then this obligation shall be null and void, otherwise it shall remain In full force and effect, PROVBDED,that any alterations in the Work to be done or the materials to be furnished,or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of Said • Contract Documents, release either said Contractor or said Surety,and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. VC3NED AND SEALED,this day of ,200 COMTRACTOR: SURETY: (Check one: individual, partnership, _corporation) By By slgnalure Title (NOTARIZED) (SEAL AND NOTARIAL ACKNOWLEDGMENT OF Print Name and Title: SURETY) By slgnalure (NOTARIZED) Print Name and Title: —(Corporatlons roquim 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 Pinandal Office), Airport Hold-rooms A&B Demolition CITY PROJECT NO.07-08 PERFORMANCE BOND August 1,2007 AGREEMENT AND BONDS • PAYMENT BOND KNOW ALL MEN BY THESE PRESENT'S, That as Contractor, And as Surety,are held firmly bound unto the City of Palm Springs,a charter city organized and existing in the County of Riverside,State of California,hereinafter called the"City,"in the sum of' _ dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS,said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: AIRPORT HOLD-ROOM A&B DEMOLITION CITY PROJECT NO.07.08 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done,or for any work or labor thereon of any kind,or for amounts due under the Unemployment insurance Code,orfor any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to • such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247.3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof,and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for or about performance of the Work contracted to be executed or performed, or any person,company,or corporation renting or hiring implements or machinery or power for,or contributing to,said work to be done,or any person who performs work or labor upon the some, or any person who supplies both work and materials therefor,shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum herembefore set forth,and also will pay,in case suit is brought upon this bond,a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the beriefd of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns In any suit brought upon this bond. PROVIDED,that any alterations in the Work to be done or the materials to be furnished, or ehanges in the time of completion,which may be made pursuant to the terms Of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of Said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this day of 200 . • PAYMENT BOND AGREEMENT AND BONDS CONTRACTOR: (Check one:�indlvidual,­_partnership, corporation) By slanalum (NOTARIZED) Print Name and Title: By sionalum (NOTARIZED) Print Name and Title: (Corpomlions require two signatures, one from each of the following groups A. Chairman of Board, President, or any Mee President:AND B.Secretary, Assistant Secretary,Treasurer,Assistant Treasurer of Chief Financial Ofr, eO. .r • SURETY By Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) PAYMENT BOND AGREEMENT AND BONDS 4pa�M sn a a, Y • n nne.•f •C��F00.�`P SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS Instructions to Contractors/Vendors/Service Providers: 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. 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 can not be waived. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form. 4. Errors and Omissions coverage is required for licensed or other professional contractors doing design, architectural, engineering or other services that warrant such insurance. B. Minimum Limits of Insurance Coverage Required Under$25,000 Limits TBD by Risk Manager Over$25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate Over$5 Million Limits TBD by Risk Manager Umbrella excess liability may be used to reach the limits stated above. C. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of California. . 2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M_ Best Company- 1 Coverage must include personal injury, protective and employer liability. 4. Certificate must include evidence of the amount of any deductible or self-insured • retention under the policy_ 5. Contractor's general liability and automobile insurance coverage must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate- D. Verification of Insurance coverage mav be provided by- (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement (see attached) 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 respects 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 respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." 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 A below. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See Example B 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 work shall not waive the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) and additional insured and/or loss-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval - 2 - F. Endorsement Language for Insurance Certificates SHOULD ANY OF THE , BOVE-REFERENCED POLICIES BE Example A: CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILT. ENDEAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT F,�Ir r rn, n�r—n�A Ir er rr irk !_ITZT T!":nTION n TTA OTT TT'V' nI; ATTV r TNTTI YTpnNT T � rhTC'�r rir7��T7 Qom, �R � - �1 �, 1TS AG " T AA TiC� *The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." "IT IS UNDERSTOOD AND AGREED THAT TIE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE Example B: ABOVE ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED IIERETO. -J-- --,_ ,y-- 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 Cify's insurance requirements. The SPARTA Program offers a general 5ability program that provides the $1 million limit and, upon request, will also provide auto insurance with the $1 million limit (only in conjunction with the purchase of general liability insurance). SPARTA is only available during the time your company is under contract with the City. Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www-2sparta.com . Type of work covered: • Personal services contracts; * General contractors and their subcontractors (certain specialty trades excluded); • Consultants; and • Providers of goods- • Insurance Certificate Example ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Name of Producer(Insurance Agent) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Address HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Telephone NO, ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE INSURED INWRERA Name of Insurer Insurance Ccm aroas must Name of Insured(Permittee, Contr, Developer') MSURCR 5 Name of Insurer have a minimum Best's Rating Address INSURER C. Name of Insurer of B++and a Financial As required by permit,agreement,etc, INSURER D Performance Paling of Vll. INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANOwGANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICI I THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN Is SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS. OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, 'L1V TWSOF NilVnwc2 •uyyBPX WrtlLmmwu'MC I WY[IGY=McuOw ° UAOIUW [ecHx°xl,nrt,c[ : 1 000 000 A X w,wE+T>•oA[wxER.LM.AiMn GL00000000 Begin Expiration Rq[oti,.ne ❑X °__°" (Gen.Liability Policy No.) Date Date 1.000.000 Must be"occurrence" ==x=gM.wP,xwmM2.000.000 CEMLgeGn[wi[u1wrNPUEx YL'n weT:-coNPq�q°F wuLr Large q rO ccts ma re ufre higher covers e Iq°rt54Y01UN AN P— T B AL00000000 Begin Expiration Ira'°'^" r 1,000,01)o McLn+lmexme (Auto Liability Policy NO.) Date Date HONannengvr°: $1,000,000 general aggregate limit Is required If the limit is applied separately to Pq°PERV the permit,agreement.etc.$2,000.000 wRnwMeaun general aggregate Iimil 15 required for gPmax=r-GM[,oEH* Rxrune insurance written on an Occurrence basis. °+HER n,qn c:uuiuT+ cecx�onnex[= xMm ❑NwN:M.x alroeTe 1 cewcn.0 Rr,TEHn°n m°nrenrwN.[TlwnoN we WC0000000 X .° C °,PwrexsMgnRm (Workers Comp.Policy No.) Begin Expiration r.q°°w[NT 1000000 Waiver of subordination In Date Date 00,000 favor Of Certificate Holder r.PW, MMT . 1 000 000 °nryR pE^.cypRON CFOPERATLNRILCCATON6AEHILLE4PJICW'dONS'P➢pE0 BV Ex0°RuEMEM/SPECIUOR°N'uIDN9 (See attached endorsements) The Certificate holder should be made out to the attention of the City Of Palm Springs,Aftn City Clerk. This will help prevent your certificates from being sent to the wrong department within the city. CERTIFICATE XOLDC•R ADpnonnl,IN5URED II,SyhfftLP,TCR A CANCELLATION SHOULD ANv or THE ABOVE DENCIS09D POLICIES BE G NCCLLLD BEFORE TNH C%PIRATMIN City of Palm Springs DATETHEREOP nq WIJINGINSURER MAIL 30 DAYS--iTLNNOTICETOTHS P.O.Box 2743 CERTIFICATE HO[°pR NAMED TO THE LP°T Palm Springs,CA 92262 Alin:City Clerk nlonRADnrrnec[nrgnRT ACORD 25•S(7197) 0 ACORD CORPORATION 1980 Commercial General Liability Endorsement Example POLICY NUMBER: GL00000000 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART, SCHEDULE Name of Person or Organization: City of Palm Springs PO Box 2743 Palm Springs,CA 92262 • Attn: City Clerk (If no entry appears above,the information required to Complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. a. The City of Palm Springs,its officers,officials,employees and volunteers are to be covered as additional insureds. b. For any claims related to this project,named insured's insurance coverage shall be primary and non-contributory to any insurance maintained by the certificate holder. c. Each insurance policy required shall be endorsed that a thirty(30)day notice be given to CITY in the event of cancellation or modification to the stipulated insurance coverage. • CG 20 10 10 93 Automobile Lia • ility Special Endorsement 1.Endorsement No. 2.Issue Date(MMIDD/YY) for the City of Palm Springs• 1.Producer S.Policy Information. Carrier NAIL H Policy No. Policy Period: Coverage Trigger ❑occurrence, Telephone Loss Adjustment Expense.❑Included in Limits C3 In Addition to Limits 4.Insured (Check which) 6.❑Deductible $ ❑Self-Insured Retention of: $ with an Aggregate of 5 7.Applicable.This Insurance pertains to the operation and/or tenancy of'lie named inured under all written aaroCmcnts and permds in force with the City of Palm Sprinrjs unless checked here❑ in which case only the following specific agreemenis and permits will)Me City of Palm Springs are covered: City Agreement^^/Pomiits • _ r - Liabililv Limits in Thousands$ 9.Other provisions Each Occurrence Aggregate Any Auto Owned Autos Scheduled Autos 10.Claims:Underwriter's representative for claims Hired Autos pursuant to this insurance(address and telephone). • Non-Owned Autos In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached endorsement now orhereaRerthereto,it is agreed as follows: 11. Additional Insured,The City of Palm Springs and itsofficials,employees and agents are included as additional insuredswith regard to liability and defense of all claims,lawsuits,liabilities or damages of whatsoever arising from the operations and uses performed by or on behalf of the named insured. 12. Contribution Not Required.Insurance is primary with respect to any insurance maintained by the City of Palm Springs and shall not call on the Ci ty's insurance for contribution. 13- Cancellation Notice.With respect to the interests of the City of Palm Springs this Insurance shall not be cancelled,or materially reduced in coverage or limits except after thirty(30)days prior written notice by receipted delivery has been given to the City of Palm Springs addressed as follows:City of Palm Springs,Alin:Risk Manager 3200 E.Tahquitz Canyon Way,Palm Springs CA 92262 Except as stated above nothing herein shall be held to waive,alterorextend any of the limits,conditions,agreements or exclusions of the policy to which this endorsement is attached- Endorsement • • - 14. City OepartmenNBureau 15. Authorized Representative: ❑Broker/Agent ❑Underwriter ❑ City of Palm Springs 3200 E.Tahquitz Canyon Way I ny and by name),warrant that I have authority to bind the above mentioned insurance company and by my signature hereon de se Palm Springs, CA 92262 bindthiscompany to this endorsement. Signature (ongmslslgnaftm:(cguimdon copy) Telephone: ( ) Date Signed: • • • • - - 1.Endorsement No. 2.Issue Date(MM/DD/YY) is " Plop 5.Policy Information: Carrier. 1111119- NAIC# Policy No Policy Period. Coverage Trigger ❑Occurrence Telephone Loss Adjustment Expense:❑Included in Limits In Addition to Limits 4.Insured (Chock Which) 0 ❑Deductible $ ❑Self-Insured Retention of S with an Aggregate of$ 7.Applicable.This Insurance pertains to the operations and/or tenancy of the named insured under all written agreements and permits in force with the City of Palm Springs unless Checked here❑ in which case only the following spccifc agreements and permits with the City of Palm Sprigs are covered: B. - of Insurance City AgmemonUPermits General Liability 10.Other Provisions Commercial General Liability Comprehensive Form 9. Coverages LidbilIl Limits in Thousands S Each Occurrence Aggregate Premises(Operations 11.Claims,Undowilor a representative for claims pursuant to this insurance(address and telephone). Underground&Collapse Hazard Pmducfs/Completed Operations Contractual Independent Contract= In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached endorsement now or hereafter thereto,it is agreed as follows! 12. Additional Insured.The City of Palm Springs and its officials,employees and agents are included as additional insureds with regard to liability and defense of all claims,lawsuits,liabilities or damages of whatsoever arising from the Operations and uses performed by or on behalf of the named insured. 13. Contribution Not Required.Insurance is primary with respect to any insurance maintained by the City of Palm Springs and shall not call on the City's insurance for contribution. 14. Cancellation Notice.With respect to the interests of the City of Palm Springs this insurance shall not be cancelled,or materially reduced in Coverage or limits except after thirty(30)days prier written notice by reeeipted delivery has been given to the City of Palm Springs addressed as follows:City of Palm Springs,Attn:Risk Manager 3200 E.Tahquitz Canyon Way,Palm Springs CA 92252, Except as stated above nothing herein shall be held to waive,alter or extend any of the limits conditions,agreements orexclusions of the policy to which this endomementis attached. Endorsement • • - 15. City DepartmentlBureau 16. Authorized Representative: ❑Broker/Agent QUnderwriter ❑ City of Palm Springs I (print/type name),warrant that I have 3200 E.Tahquitz Canyon Way authority to bind the above mentioned insurance company and by my signature hereon do so Palm Springs, CA 92262 bindthis company to this endorsement • Signature (origmsl algnafure repbired on copy) Telephone: ( ) Date Signed: CITY OF PALM SPRINGS DEPARTMENT OF AVIATION PART II -- SPECIAL PROVISIONS • AIRPORT HOLDROOM A & B DEMOLITION CITY PROJECT NO. 07-08 Section l - 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 • Airport Hold-room A&B Demolition PART II--SPECIAL PROVISIONS CITY PROJECT NO.07-08 GENERAL CONTENTS-PAGE 7 August 1,2007 • CITY OF PALM SPRINGS DEPARTMENT OF AVIATION SPECIAL PROVISIONS AIRPORT HOLD-ROOM A & B DEMOLITION CITY PROJECT NO. 07-08 SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL • 1-1.1 Specifications. - This project shall be constructed per the Specifications of the Architect that are either attached to this document are in a separate document or are included in the plans. 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 Architect. - The official address of the Architect: shall be the address listed on the plans sheets for this project. 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 Owner' s Representative, City of Palm Springs, 3400 E. Tahquitz Canyon Way, Suite OFC, Palm Springs, California 92262, or such other address as the Owner' s Representative may subsequently designate in writing to the Contractor. • 1-3 DEFINITIONS AND TERMS Airport Hold-room A&B Demolition TERMS, DEFINITIONS,ABBREVIATIONS.AND SYMBOLS CITY PROJECT NO,07-08 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 August 1,2007 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 exista.ng in the County of Riverside, State of California. Engineer - Shall refer to the Owner' s Representative assigned to this project by the City. 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. Owner - The Owner shall be the Agency, as defined above. Working Day - A working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year' s Day (January 1) Martin Luther King Jr. Day (Third Monday in January) Lincoln's 5=thday (February 12) President's Day (Third Monday in February) Memorial. Day (Last Monday in May) • Independence Day (July 9) Labor Day (First Monday in September) Veteran's Day (November 11) Thanksgiving Day (Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day (December 24) Christmas Day (December 25) when a designated holiday falls on a 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 Airport Hold-room A&B Demolition TERMS.DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO 07-08 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 August 1,2007 • SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 1.0 working days after the date specified in said Notice to Proceed. Said Work shall be diligently prosecuted to completion before the expiration of: 20 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items . As set forth in the Agreement, the Contractor shall pay to the . City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. In addition to the construction duration time of 20 working days, the Contractor shall be bound by a mai-ntenance period of 30 calendar days which is to begin upon final Owner' s Representative acceptance, of plant-, and irrigation installation. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. In addition, the Contractor shall pay to the City as liquidated damages the same sum as above, for each and every calendar day the 30-day maintenance period must be extended due to plants, irrigation facilities, or landscape being unrepaired or unrepliced. 2-2 CONTRACT BONDS 2--2 .1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added: Airport Hold-room A&e Demolition SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 2-PAGE 1 August 1,2007 "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 Attorney. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control . The order of precedence . shall be as listed below: 1_ Change orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5, Special Provisions 6. Notice Inviting Bids 7_ Tnstxuctions 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 - No Section 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAX Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Airport Hold-mom A&B Demolition SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 2.PAGE 2 August 1,2007 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 zequi.re their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor' s expense. 2-7 SURVEYING - None Required this project. 2--8 AUTHORITY OF THE Architect The Architect will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment . furnished, (2) the performance of the work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Architect ' s decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-9 INMCTION The Architect shall have complete and safe access to the Work at all Limes during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer' s inspection. When the Work is substantially completed, a representative of the Architect 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 Airport Mold-room A&8 Demolition SCOPE AND CONTROL OF WORK CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 2-PAGE 3 August 1,2007 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 SCHEDULE OF VALUES On lump sum PROJECTS, the Contractor shall submit-, for approval by the Owner' s Representative, 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 Owner' s Representative. Such Schedule of Values shall be submitted for approval at the Pre-construction Conference and must meet the approval of the Owner' s Representative before any payments can be made to the Contractor. END OF SECTION - i Airport Hold-room A&B Demolition SCOPE AND CONTROL OF WORK CITY PROJECT NO.07.08 SPECIAL PROVISIONS-SECTION2-PAGE 4 August 1,2007 SECTION 3 --CHANGES IN WORK 3-1 EXTRA WORK Without invalidating the Agreement and without notice to any surety, the CITY may, at any time order additions, deletions, or revisions in the work. Such changes shall be authorized via a Change Order of Work Change Directive. Upon receipt of such written authorization Contractor shall promptly proceed with the work. 3-2 PAYMENT 3-2.1 Markup: The provisions as follows : (a) Work by Contractor. The following percentages shall bs added to the Contractor' s costs and shall constitute the markup for all overhead and profit. 1) Labor 7.5 percent 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (Ist tier only) 5 percenL- 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: None this contract. END OF SECTION - Airport Hold-room A R B Demolition CHANGES IN WORK CITY PROJECT NO.07.08 August 1,2007 SPECIAL PROVISIONS-SECTION 3-PAGE 1 SECTION 4 -- CONTROL OF MATERIALS • 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. — 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 Architect, 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 Architect 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 Architect- or the City. 4.2 MATERIALS 4-2 .1 Placing Orders. - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Owner' s Representative 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 - Airport Hold-room A&B Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 7-PAGE 1 August 1,2007 SECTION 5 -- UTILITIES Section Not utilized . See other specification sections for abandoning or Capping existing utilities . SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK Section Not utilized. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General.. - "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, 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 Owner' s Representative 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. Airport Hold-room A&B Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-06 SPECIAL PROVISIONS-SECTION 7-PAGE 2 August 1,2007 • 7-3 Prevailing Wage Rates Not A licable, - Funding f(�,r the ingark is wiLh all local. funds and, as pro:ridcd u_ncic:r the City Charter, will NOT requi re comolianc- with the--pr vai 1 i,nr, �Ntaoca rc.dui.remenLs of the State of Cal `r:riii_a 7-4 Not Used. 7-5 Unpaid Claims . - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall., in its discretion, permit- the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-6 Retainage From Monthly Payments. - Pursuant to Section • 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment, retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-7 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works Airport Hold-mom A&B Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 7-PAGE 3 August t,2007 contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 1 . 2 meters (4 feet) below the surface, shall be subject to the following conditions: the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions. (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures sha11 be based upon that determination. 7-8 Resolution of Construction Claims. - As required under Section 20104, st 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 claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, if the amount of the claim is more than $50, 000, but less than $375, 000 . If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than $50, 000, but less than $375, 000, and further documentation is requested by the Czty, the City shall respond within the same amount of time taken by the Contractor to .respond, or 30 days, whichever is greater. If the Contractor disputes the City' s response, or the City tails to respond, the Contractor may demand an informal Airport Hold-room A&8 Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.08 SPECIAL.PROVISIONS-SECTION 7-PAGE 4 August 1,2007 conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-9 Concrete Forms, Falsework, and Sharing. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract . Documents. 7--10 INSURANCE AMOUNTS Before commencing the Work, the Contractor shall furnish a Certificate of Insurance with 'the following liability limits based on the contract amount: $25, 000 to $500, 000 : $500, 000 Combined Single Limit $500, 001 to $5 Million: $1 Million per Occurrence/$2 Million Aggregate over $5 Million: Limits to be determined by the Cityrs Risk Manager Umbrella excess liability may be used to reach the limits stated above. A. At a minimum, coverage must include: 1. Insurance Services Office Commercial General Liability coverage (occurrence farm CG0001) 2. Insurance Services Office form number CA 0001 (Bd. 1/87) covering Automobile Liability, code 1 (any auto) . Airport Hold-room A&B Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-06 SPECIAL PROVISIONS-SECTION 7-PAGE 5 August 1,2007 3. Workers' Compensation and Employer' s Liability insurance as required by the State of California for all labor employed by Contractor or any sub--Contractor. B. The following general requirements apply- 1. Insurance carrier must be authorized to do business in the State of California . 2. Insurance carrier must have a rating of or equivalent to B++,VIII by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. 4 . Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. 5. Contractor' s insurance must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. C. Verification of Insurance coverage may be provided by either (1) an approved General and/or Auto Liability Endorsement- Form for the City of Palm Springs or (2) an acceptable certified copy of the insurance policy (Declarations of Coverage) with the following endorsements stated on the policy: 1. "The City of Palm Springs, .its officials, employees and agents are named as an additional insured" ("as respects 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 respects a specific contract" or "for any and all work performed with the City" may be included in this statement) . 3. "Should any of the above described policies be canceled before Lhe expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named. " 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 below. • 4 . Both the Workers' Compensation and Employers' Liability policies shall contain the insurer' s waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See example below. Airport Hold-room A&B Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.08 SPECIAL PROVISIONS-SECTION 7-PAGE 6 August 1,2007 In addition to the endorsements listed above, the City Of Palm • Springs shall be named the certificate holder on the policy. Ali certificates and endorsements are to be received and approved by the City before Work commences. Failure to obtain the required documents prior to the commencement of Work shall not waive the Contractor' s obligation to provide them. Cancellation Example: SHOULD ANY OF THE ABOVE REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT FAI�FFTO MAIL SUCH NIPT14E N OR IABI ITv OF ANY, KIND -l�PON THE 4NGN1F'�€ �I�S AGE_NT�9R nEPRFSE lTXTIVES. *The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." Waiver of Subrogation Example: . "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." 7-12 PERMITS 7-12 .05 National Pollution Discharge Elimination System (NPDES) Permit - NPDES permits are required for all storm water discharges associated with a construction activity where clearing, grading, and excavation results in a land disturbance of 1 or more acres . THIS PROJECT IS LESS THAN ONE ACRE OF DISTURBED AREA SO THIS PERMIT REQUIREMENT DOES NOT APPLY. Storm water discharges from a construction activity that results in a land disturbance of less than 1 acre, but which is part of a • larger common plan of development Or sale, also require a permit . Permits are required until construction is complete. Airport Hold-room A&B Qemolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 7-PAGE 7 August 1,2007 The Contractor must submit a Notice of. Intent- (NOI) to the State Water Resources Control Board and pay the appropriate fee to the State. The costs of this fee shall be borne by the Contractor and no reimbursement will be made by the City. Evidence of the NOI submittal to the State and the WDID number assigned by the Water Quality Control. Board will be required prior to start of construction. The form for the NOI is available at the Engineering Department. As part of the project NPDES compliance, the contractor must- prepare a Storm Water Pollution Prevention Plan (SWPPP) prior to start of construction. Information on SWPPP preparation can be obtained from: California Regional Water Quality Control Board, 73720 Fred Waring Drive, Ste 100, Palm Desert, CA 92260, 760- 776-8962. The SWPPP must be approved by the City Engineer and be retained at the project site during construction. 7-12.1 Business License, The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in • accordance with Title 3 of the City' s Municipal Code. The Contractor shall, obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. 7-12.2 Flood Control District Permit. DOES NOT APPLY TO THIS PROJECT. 7-12 .3 City of Palm Springs Demolition Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Demolition Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Demolition Permit can be obtained from the office of the Building and Safety Director. 7-12 .4 Caltrans Permit. None required this project. 7-14 SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate any dust nuisance. The use of . water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Airport Hold-room A&8 Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07.08 SPECIAL PROVISIONS-SECTION 7-PAGE 8 August 1,2007 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 Owner' s Representative. All cleanup costs shall be absorbed in the Contractor' s bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 7-15 DUST CONTROL 7-15 .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 Owner' s Representative. 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 therefor. . 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 project, in conformance with City requirements . 7-15.2 Dust Control Sign Requirements - None for this project. - END OF SECTION - • Airport Hold-room A&B Demolition RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 7-PAGE 9 August 1,2007 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Payment. - Payment of the Lump Sum, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the work, all in accordance with the and 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) . 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, Airport Hold-room A&B Demolition MEASUREMENT AND PAYMENT CITY PROJECT NO.07-08 SPECIAL PROVISIONS-SECTION 9-PAGE 1 August 1,2007 the Contractor shall submit a final waiver of lien for the COntraCLOr' s work, together with releases of lien from any subcontractor or material-men. 9-1.3 Payment. - Retainage At the expiration of 35 days after acceptance of the Work by the City, 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 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 PAYFZM SCHEDULE 9-2.1 Schedule of 'Values. Payment each month shall be based on the Schedule of Values and the percentage of work completed for each itemized work item. \ - EN❑ OF SECTION - • Airport Hold-room A&8 Demolition MEASUREMENT AND PAYMENT CITY PROJECT NO.07.08 SPECIAL PROVISIONS-SECTION 9-PAGE 2 August 1,2007 CITY OF PALM SPRINGS • AVIATION DEPARTMENT PART III - APPENDICES AIRPORT HOLD-ROOMS A&B DEMOLITION CITY PROJECT NO. 07-08 APPENDIX "A" Special Security Provisions • Airport Hold-rooms A&B Demolition CITY PROJECT NO,07-08 PART III Appendices August 1,2007 APPENDIX A . Special Securith, Provisions Project S ecific Notes: 1. Fencing; Once the work site is completely fenced-off from the remainder of the airport those working within the site do not need to meet the following security requirements. 2. Transport to the Site: The contractor will have to have staff that do go through the following security program, so as to bring the workers into the site and return them to off-airport after the work day as well as to escort workers while the temporary construction fences are being established. They will also be responsible to meet all deliveries and escort them to and from the secure site. Company vehicles necessary to perform the work will be allowed on the secure site, all personal vehicles will be parked just south of Kirk Douglas Way_ AIRPORT SECURITY.• Criminal History Records Check (CHRC) - The Contractor will be required to submit to the Sponsor prior to the commencement of construction, a letter authorizing specific Contractor representatives to approve the issuance of Airport Identification badges and • the processing of a fingerprint based Criminal History Records Check (CHRC). CHRC results must be made available to the Sponsor or the Transportation Security Administration (TSA) and/or Federal Aviation Administration (FAA) immediately upon request. Under certain circumstances, and out of control of the Sponsor, security measures may change on short notice. No deviations from any security measure shall be allowed at any time. Restricted Area/Secured Area Access —All Contractor personnel who require unescorted access to the restricted areas of the Airport, prior to the issuance of an Airport Identification Badge, must successfully complete a fingerprint based Criminal History Records Check (CHRC). In accordance with CPR 49 1542.209, the CHRC must disclose that the applicant has not been convicted, or found not guilty by reason of insanity, of any of the disqualifying crimes listed below or as stated in 49 CFR 1542.209, during the 10 years before the date of the individual's application for unescorted access authority, or while the individual has unescorted access authority. The disqualifying criminal offenses are as follows-- (1) Forgery of certificates, false marking of aircraft, and other aircraft registration violation; 49 U.S.C. 46306. (2) Interference with air navigation; 49 U.S.C. 46308. (3) Improper transportation of a hazardous material; 49 U.S.C. 46312. • (4) Aircraft piracy; 49 U.S.C. 46502. (5) Interference with (light crew members or flight attendants; 49 U.S.C. 46504. (6) Commission of certain crimes aboard aircraft in flight; 49 U.S.C. 46506. (7) Carrying a weapon or explosive aboard aircraft; 49 U.S.C_ 46505. (8) Conveying false information and threats; 49 U.S.C. 46507. (9) Aircraft, piracy outside the special aircraft jurisdiction of the United States; 49 U.S.C. 46502(b). (10) Lighting violations involving transporting controlled substances; 49 U.S.C. 46315. (11) Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to established security requirements; 49 U.S.C. 46314. (12) Destruction of an aircraft or aircraft facility; 18 U.S.C. 32. (13) Murder. (14) Assault with intent to murder. (15) Espionage. (16) Sedition. (17) Kidnapping or hostage taking. (18) Treason. (19) Rape or aggravated sexual abuse. (20) Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon. (21) Extortion. • (22) Armed or felony unarmed robbery. (23) Distribution of, or intent to distribute, a controlled substance. (24) Felony arson. (25) Felony involving a threat. (26) Felony involving- (i) Willful destruction of property; (ii) Importation or manufacture of a controlled substance; (iii) Burglary; (iv) Theft; (v) Dishonesty, .fraud, or misrepresentation; (vi) Possession or distribution of stolen property; (vii) Aggravated assault; (viii) Bribery; or (ix) Illegal possession of a controlled substance punishable by a maximum term of imprisonment of more than I year. (27) Violence at international airports; 18 U.S-C. 37. (28) Conspiracy or attempt to commit any of the criminal acts listed in this paragraph(d)_ Employee Security Badges - All Contractor personnel who require access to certain secured and/or restricted areas of the Airport must obtain, and conspicuously display on their person at all times when they are within these areas, an Airport issued security • identification badge. The appropriate badge may be obtained at the Airport Operations Center located in the terminal building. The cost for each identification badge is S37.00. Each CHRC also costs S37.00. Stolen and/or lost identification badges are subject to a • 554.00 replacement fee. All badges are to be returned to the Sponsor upon completion of the project. In order to obtain a Secured Area identification badge, each Contractor employee must have satisfactorily completed the aforementioned CHRC and successfully completed a required 2-hour training class on airport security. Attendance of the class and subsequent issuance of the security identification badge may take longer than 3 hours per person. Perimeter Security Gate Access - During the course of the project, the Contractor may be allowed to use only one (1) perimeter gate for access. The Engineer shall approve this access gate and associated haul roads. The Contractor will be required to guard this gate at all times while the gate is open or unlocked. The Contractor and the Contractor's badged gate guard are responsible for all persons accessing the airport through the Contractor's secured gate. The Contractor's gate guard shall deny access to all individuals that do not have displayed on their person an Airport issued security identification badge for those areas that the display of such badge is required or written Airport authorization for those areas that the display of such badge is not required. Vehicles and Equipment - All licensed vehicles operated on airport property are required to have conspicuously posted on said vehicle a vehicle permit issued by the Airport. This vehicle permit shall hold the Contractor responsible for both the vehicle and all personnel within the vehicle while the vehicle is on airport property. All vehicles and equipment shall be identified with appropriate company signage on each vehicle and display in full view, and at all times, a 3 foot by 3 foot flag with 1 foot checks of international orange and white. (Airport has flags for sale for S27)_ Operators of said vehicles shall have successfully completed an Air Operations Area (AOA) driving test. The AOA test can be administered during the security training class. All violations of Airport security are also violations of the City of Palm Springs Municipal Code Title 16, California Vehicle code and/or the Code of Federal Regulations. Any such violation may result in arrest, the issuance of a citation and/or the inmiediate revocation of access privileges. http://www.palmspringsaigort.con-/opss security_huTJ NOTE. DOCUMENT MUST BE ON COMPANY LETTERHEAD Enter Date Here Scott M Daugherty Manager, Certification &Security Palm Springs International Airport 3400 E. Tahquitz Canyon Way, Suite OFC Palm Springs, CA 92262 Dear Mr. Daugherty: The following individual(s) are representatives of Enter Name of Organization Here and are authorized signatures for Airport Identification Badges issued by the City of Palm Springs, Department of Aviation (AIRPORT). Names of Authorized Signers Signatures . Enter Name of Authorized Signer Here Enter Name of Authorized Signer Here Enter Name of Authorized Signer Here Enter Name of Authorized Signer Here For Security Identification Display Area (SIDA), Non-SIDA and Sterile Area Worker(SAW) (badges,a signed application by one of the aforementioned individuals authorizes the AIRPORT to process a fingerprint-based Criminal History Records Check(CHRC)and an appropriate badge, in accordance with all applicable provisions of 49 CFR 1542.209 and 49 CFR 1544.229. All fees associated with the above processes are guaranteed to be paid in accordance with the current City of Palm Springs fee schedule. We further agree that our company will reimburse the City of Palm Springs, Department of Aviation for any fines levied against it as a result of violations committed by our company, its employees or representatives. Sincerely, Enter Name of Main Company Contact Enter Title of Main Company Contact 0 ..,,..: BADGE TYPE , ❑SIDA Pal,rr�_ prin, s,l`i §mationalAirpolt ❑slDa(nnovemenrarea) '"Finge�prSjtiB,adgHpP�ieaYia7iY ❑SAVE; ..." ;F',•��,c;c: „„'"'" 'r'�' :❑SAW,(W/Escort) ❑NON-SIDA' []TEMPORARY APPLICANT INFORMATION (Please Print or Type) Pirst.Na 'Mid'dle Name .LisfAIlAliasesarid/orNicknames rnclude'NlaidenNames ' " =:Tele hdncNurriber. •.- " _'Resfdential'Address Includin Street(+lumberW4&umberCd' SfatcandCi Code . - ' Social Drivels License/ID Number Date Number'•:' " to of6irth,.. - Place of Blrth Citixedshi Count ii • Ethnic Ori'In' - E c Color Hatr•Color ' Weight E-Mail Address O tiona/ Ernolo cr/5ohsor - " Job.Titl'e •'• - - TERMS &CONDITIONS 'u 'Badgeremains,Iliesolc pfopedyollhe,CiVofPalm Springs,DepartmentalAviallon and is non-transferable. , - - -' a,,.Badge"shall baimniedialely retuniedAo Airport'Law Er5k#ment,kAirport Cpsralions upon demand'andlor u_pon,termination,of need,of access to-the area(s)• authorized= _. r-.. .... _ . nr EXpiratibn"dates�� re.determi'ned,overy'(2)4two years,bylthe.b�atlgehcltlers:dinh DAY and maybe revalidated no earlier that W days prior to tfils date.,6adges'�- revandatedafterlheexpirabondatewill,beassesseda$21.00,Iate feet NOEXCPEPTICNS=:.,(, u,,;'Badge isjoroffieialuseby authorized'personnefonly' - - -- - r .P. ,Badgeholiter agrees to-kidaby all applicable federal,,s.Fate,and City laws,"rules and regulations while inauth_orizedarea(s)@rid!toconduct heiac rhvihesin'asafe, Y-manncrcpnslslenLwilhprocedures outlined in tho Airport$ecunlyProgramandlorAirpod Certification Manual Badgehold2ragreostodisplaythebadgeomhislherpes'sonon the oulerrnoslgarmdnlabovew_aistlevel stall pmes while in the Slbmsecured,Sterile,orrestricted areas: ..,• - n":"No person shall Knowinglyorwillfully al,Iow ugaulRorize.personsaccess to'non;publit restricted areas by use of the auportidenlincalien badge.. . . All Airportoadgesare$36.00eacn{orasdefined,bythecuri6mdt,owalm Springs,ComprehensiveFn9chedule): " ■" Ifabadgeisloslorstofgn,theholdershallihirho atelynotlfyAlrportc` wEnforcementorAirp000perafioris • -• - - ^,,:'Jf s badge.islost,'stolen,Yor damaged'.(dub to abuse)dhe.holder will be charged a$52;00 replatement fee,(or as defined by the current City of Palm Springs, �:Comprohensive,FeeSchedule),Badg''esnotreturnedby,lheexpira(idh,daleshailbeconsideredlost � - - ' - --= e; Fingerprint-based Cnminal History Records Check;(ghRC);processing fees must be•paid In advance.Specilic.fees.are determined by the CltyoPPalm Springs, _.�_. :'',Gampf?hensve-FeeSch-eduler . . . ... ., ..,. . . . " - e.,`I authorize oontactof any any Local State,or,Federal,law enforcement agericy'-iny ptt ilidorivalamedlrat institutionlfacillty;or any person,who his`•k"nowledge,oi;my work hrslbry;criminal records,education,,m'ed,cal history orwhereabouls,and I authorize those enlltles lo.releasa this in(otmaliontothejU oFP21m5. APPLICANT ACKNOWLEDGMENT AIRPORT TRAINING AIRPORT ONLY have-read and;,understand.toe,abov"e conditions,and will abide'tiy aft BASIC SEC, "airportrirles;'and,regulations. SIDA' ApPI Pcant`$lgnatu[e' NM DRIVE BADGE INFORMATION (AIRPORT ONLY) ''MjJRIV (AIRPORT ONLY) PSP ID# ISSUg,DArs ENC'ObED # ISSUED 6,Y SELECTEE ..COU. EJCP„IRk6bN N.O'FLY' mar S 'Fns`l .9nternational Airport ! h Filg'er. ]inflB,adge AppljcaYion To schedule fingerprint, training, or bad in appointments, please call (7617) 318-3838 or e-mail VIP cr almsprings-ca.gov MANDATORY CRIMINAL QUESTIONNAIRE ("Yes" or"No" MUST be checked for each item listed) ',You are subjectto,a Tingerpdnt-based,;Cnrmnal Hfstory,Reeords Chockl-(CHRC).,-�within the,pasPt'en,yoa ,,have�you been convicted or found notguiltyby -'reeson'of insanity of any of the folloi4ing,offensys??.; _' . ��,., ,.t. 1Yes, Nc Forgery ofconi6cates,,falsemarking ofalr"craR,•andjothe_rai rcriff egistmtion;. '.Yes , ,'No Aircralt piracy(49S,•U .C,46502) , violations(49 U.S.,C.,46306)'„ Yes V" No lnterferenco with air navigatiom(49�U.S:C.,46305),• - - -Yes . No Murder. "-", Yes No Impmrfer bansport4lian of a,hazard'vus'-material(49 U,S,C:463,17.) ' :'- Yes Nc Assault with intent to murder Yes_ ,No Violence at lntQrna(i,drtal Airports(49 U.S:C!37)} "' -"Yes ' Nit Espionage Yes No Interference wilh'flighl crew meinbers,or night attendants(49 U.S,C.46504) , No 5'editivn Yes No Commission of,certaih crimes aboard:an,alrcra6t in.flight(49;U.s.C-46506),,,,•� Yes ":No Kidnaping or hostage taking Yes No Carrying;a,Wgapomvr explosive.abmrdanaircraR'(49U:S'C:`46505), ' p. 'yes. "No Treason, Yes No Conveying False Inf=adon and threaLs,(48"g1.S.C,46507) Ye's :` No Rapo or aggravated sexual abuse - '.Yes nlawful pcssessioo,use sele'or dislribbGori bn manifiacture oFan,explOslve yr, -Yes No E%torlioni ! ,. weapon. . " - •, 'Yes Nv lighting Violations dnvolving Ihansperting cantmlleddubstances:(g9•U.5"C 46315)., "Yes' Nq Felony arson. - - Yes- . No UplaWhll entry into an alrcrart oralrport;area[hat selves air carriers pr(orefgn,air. Yes; No pistlibution of,or;intent to dlstd6ute;a, carriers contrary to established 5acurity�requirements'(49 U,S.G 46314) ,.v' _ controlled subs_fanee Yas No C85tructign dF an aifcroR oF'eUcraR facillt 49;U.5 C.$2 , - - - f.y( ) � Yes No�Armad or felony,unarmed ipbbery., ,Yes No'Airdraft Rlrpcy outside,the'spcciai�alic roftiurisdiclidn;afthe.17riited Stales(q9: PY.,es ,,_`NO Felony involving dishonesty, fraud,br ' U.5 C,465D2(b)]„;• - - mi'srepre5entatlon - Ye .No Felony Involving possession or distritiutiomcr stnlen�pioperty - 'Y,es No Felonyinvolvingatfireat�',':, `Yes-. ,No Felonyirrvotvingwilful;destru✓rfion'ofproperty'',`'`' "i' , " •• "Yes": No Felony lnvolving aggiavated assault. Yes ..' NO FeWn -,nvolving importatl on 6r"n•ian6646iure,of a control loci subst2nc_e11_,.;_�_ ,, Yes, ._�No Felony involvingpripery Yes No Felony'inyolvigg purglary,',° _ Yes `No Felony involving theft - p ion`oPa control) , ,• _ b a^ .. .;•. . . 'Ye's iNo Felony InvoNmg illegal possessto ed Substance�punishable y '•Y,es- N'o Const2iracydr attempt,to commit any vF rn XjmDm tens of im rlsonmerit oPmore than 1•year. - the aforemenllpned crirtiihal acts' Tho'iplorrdatlon I haveprdvidedonthis dppGcalion rs Irue,'complete."and correct to[hpb°esl v(myknoivletige and pellafandisprvvldedingood faith:1 understand that:9 knowing and willlul false stalemen(on(his applfcaaon can tie punished bplme orimpdspnmen(pr;h�o[h,(Sep secfian.I W f)fn?)e f8 bni[od 9ia/zy,CodeJ. Bysigning this appLcalipn,Lam stating'lhat.l have hot'aen `cpltvicfei)drfoundnotgufl(ybrreasori uflnsandy,'a¢anyofth`a disqualifying cnmaslisfedabove(,49,CFR 1542209(d)"Furthermore;Federa6Rogula6onsonder49 CFR1542.209(I),mpntie a coOn.lpov al ionIp6lpalrpprfoperdfelwdhfn 24hoursiFJ''a co nvictedofapydisquaG/yirig cnniinala/(ensothatoccurswhilelhaveunescor]adaccessaufhonty,; FULL NAME OF APpLI;CANT(Please,Pnni);SIG F:AP,P,,,LICANT :,DATE `.A copyolfha crfminalracrorNrecBiiietlfrointlie�BhWill beprovidad to fheYndividusLJlreyrrosiodlri virrig:.(7uesfionsregaNing(he`fingarpnnling processor'cnrraspopd'encemaybe dircctco-10 9 dN hb - ScpltDau ha ��AI dSecunf�Co t �-�' - , AUTHORIZED SIGNER INFORMATION I horaliy 0aru(y That the a lbremenlioneif Igdiyiduatia apPtoved lobq prpcessed,toreceive PSIDA',Nbnr5lDb,onSAWbudge ill appordanc"ewltlf all applicable pfovlsipns of 4g CFR'1542209 and 4 'CFR 1544'VS0 iunderstand,Ili'tthd'applicantmusl submit toafngetgrinlaased TCrvrjinelNisldnj,Reeoids Check''(CHpC)and be cleeredto racei4 the51DA,Noo•SIDAar'SAWbadge.I agree is pay for all,tees assodaled,wldt tiie proce@sing of the,badge and/oFfinyerprinLs,iridluding,lost„stolon;or damaged bodges."1zgine,to.prvvide Immediate nplihcalfon to the Airport when the badgeholders access authodtyhas Imen.reiwxed or limited,or the badgcholder's access medium has b6l6st onstvlen'MysignaNre below also cenifes That tlic Infnrmallon,eontainedon this appHcativni5true,andcorraettodlepesto(mylalowledge.'• ''NAME OF AUTHORIZED SIGNER f AUTHORIZATION;SIGNAT.URE" , 'DATE .. � I itials indicate - n in I ate approval fpr appliialil Initials intimate'approvaIfdrapplleahntooperate• Initia,Is indicate applicant has to dfiva'on Rsnt)YAO'A t�,';.Loading Biid' (Appll'cant mush have training)' __�rapprovalforescortaatharity AIRPORT USE ONLY BADGE$TATUS, 5A7E RETU"RNED` PRO,CESSEO 6Y •';(,iDAYE-REPORTED'LOSTlSTOLEN clay of p61M Springs Qepo iment of Aviation .. ' Palm Sprinos In Eemnativngl A11^Port Palm Springs Inlemrl4nal Aige wc..wmFmr MEMORANDUM Date: August 10, 2006 To: See Distribution List From: Jim Breihan, Landside & Contract Supervisor Subject: 2006 - 2007 AOA Vehicle Permits To enhance and improve security measures as mandated by 49 CFR Part 1542, it is necessary to control the presence and movement of ground vehicles operating on the air operations area (AOA) at the Palm Springs International Airport. Therefore, all vehicles operating within the Secured Area (inside the perimeter fence) are required to display a valid PSP AOA permit. • To insure that only authorized vehicles are permitted for the year 2006 - 2007, a number of changes have been made as to the issuance of AOA vehicle permits. Airport Operations will issue all permanent, temporary and escort required AOA vehicle permits. Only certain individuals acting in behalf of their organization may request and be issued an AOA vehicle permit. The 2006 - 2007 AOA Vehicle Permits will be available September 1, 2006 for those needing access into the Secured/SIDA and movement areas and October 1, 2006 for those only having access into a non-SIDA area. All companies, tenants and contractors doing business on the AOA will be able to obtain the necessary permits in conjunction with the renewal of their PSP ID Badge this year_ AOA vehicle permits allowing access into the SIDA and movement areas will expire on September 30, 2006 and permits allowing access into the non-SIDA area only will expire on October 31, 2006. All AOA Vehicle Permits can be picked up at the Centralized Vehicle Inspection Plaza (VIP) from 0800 - 1600 Monday through Friday and 1000 - 1600 Saturday and Sunday. Make sure you have all the necessary paperwork completed (see attached forms) before arriving at the VIP_ Thanks for your cooperation and, if you have any questions or comments regarding this matter, feel free to contact me at 760-318-3830 or in house ext. 3830. You can also e- mail the Vehicle Inspection Plaza at VIP@palmsprin s-ca.aov. • AOA VEHICLE PERMITS FOR THE YEAR 2006-2007 Due to the security requirements as mandated by 49 CFR Part 1542 at the Palm Springs International Airport, it is necessary to keep vehicular and pedestrian activity on the air operations area (AOA),o£ the airport to a minimum. Vehicles on the AOA are limited to those vehicles necessary to support the operation of aircraft services, cargo and passenger services, emergency services, and maintenance of the airport. Vehicles on the movement area are limited to those necessary for the inspection and maintenance of the movement areas and emergency vehicles responding to an aircraft emergency on the movement area. It is important that all vehicles operating on the AOA are owned and/or registered to the tenant or contractor who is authorized to conduct business at the Palm Springs International Airport. All vehicles must maintain a level of insurance as required by the City and all tenants and contractors must retain a valid Aeronautical Permit (if applicable). If the tenant or contractor allow an employee to operate his/her vehicle on the AOA for company business, they must assume full liability for such operations and document their responsibility in writing to theExecutive Director,Airports, or his/her designated representative. Specific areas of access within the AOA for both permanent and temporary permitted vehicles are denoted by the area of access as shown on the operators approved PSP identification badge. • PERMITTED VEHICLES All vehicles operating within the Secured Area(inside the perimeter fence) are required to display a PSP AOA Permit. For those vehicles operating on the non-SIDA area only, the AOA permit will be YELLOW in color; for those vehicles operating in both the non-SIDA and Secured /SIDA areas,the AOA permits will be GREEN in color. All authorized vehicles on the AOA must be marked with the company name and/or logo, or in a manner approved by the AIRPORT. The company name must be in minimum 4" high lettering and/or the company logo must be a minimum IT' high and appear on both sides of the vehicle. All motor vehicles operated in any portion of the AOA shall display an amber beacon and/or orange and white checkered flag with the exception of the following: 1. All escorted vehicles must be conducted by personnel who hold a valid PSP Identification Badge and the vehicle must display an Escort Required Permit. 2. Trash removal services, delivery vehicles, etc, while under direct escort by personnel who hold a valid PSP Identification Badge. Tenants of Signature Flight Support and Atlantic Aviation who have unescorted access via designated perimeter gate, are allowed to travel directly to their facility and shall obtain the applicable Airport identification badge and AOA vehicle permit. Federal Aviation Administration (FAA) Air Traffic Control Tower (ATCT) personnel who have unescorted access via designated perimeter gate 435, are allowed to travel to the designated parking, which is located at the base of the Tower. All ATCT personnel shall obtain the applicable Airport identification badge and AOA vehicle permit. Personnel with other FAA divisions shall obtain the applicable Airport identification badge and AOA vehicle permit. PERMIT PLACEMENT Any vehicle requiring a permanent AOA vehicle permit shall have said permit affixed to the lower right hand corner of the front windshield_ This includes all registered and non-registered vehicles operating on the AOA. fuel trucks, maintenance and service vehicles are also required to possess an AOA vehicle permit. Any vehicle requiring a temporary AOA vehicle permit shall have said permit placed on the dash of the vehicle so it is clearly visible through the front windshield. I. Any company, tenant or contractor that does not operate at the Airport yearly, but has a need to access the AOA on a limited basis, would be issued a temporary AOA vehicle permit. 2. Any company, tenant or contractor may request a temporary permit be issued to a vehicle being used to replace a permanent AOA vehicle that is temporarily out of service. ESCORT REQUIRED AOA PERMIT All vehicles requiring temporary access onto the AOA to conduct business on behalf of the airport, tenants or contractors, whereby the driver does not possess a valid authorized PSP • identification badge, require the following: 1. All vehicles that are under escort will have a Escort Required AOA permit placed on the dasb and/or a permit displayed on a rearview mirror hangar clearly visible through the front windshield while operating on the AOA. 2. The company issuing the Escort Required AOA permit will be responsible to insure all escort procedures are met. Drivers of the escort vehicle must be in possession of an approved PSP identification badge and a vehicle which is displaying a Permanent or Temporary PSP AOA permit. 3_ Each tenant or contractor will be responsible for the accountability of all Escort Required AOA permits issued to them. Once the escort is complete, the tenant or contractor is responsible for collecting the permit. Once collected, the permit can be re-issued. a. The Airport reserves the right to conduct at a minimum, an annual audit of each tenant's Escort Required AOA permits. • ACOUIRTNG A PERMIT Each company, tenant or contractor requesting an AOA permit, shall complete and have on file with the Airport, a listing of those individuals employed by each organization that have the authority to request AOA permits. 1. The Airport reserves the right to conduct at a minimum, an annual audit of each tenant's authorized individuals. Each company, tenant or contractor shall complete a Request for Permanent, Temporary, and/or Escort Required AOA Vehicle Permit form, signed by an authorized company employee before the permit is issued. 1. Permanent and/temporary permit request Corms shall include the following: a. Company, tenant or contractor name b. Vehicle make/Model/Year/Color c. Vehicle License or Identification Number d. Authorized Signature e. Date Issued 2. Escort Required AOA permit request forms shall include the following: a. Company Name b. Date Issued e. Authorized Signature FEES PERMIT TYPE FEE COMMENTS PERMANENT Each tenant/contractor conducting business on the SIDA/MOVEMENT $37.00 AOA is entitled to two (2)permits per business at no charge. Should the permit become damaged or require replacement, a new permit with the applicable fees will be issued. PERMANENT First two (2)permits for each badged individual NON-SIDA $37.00 at no charge. Should the permit become damaged or require replacement, a new permit with the applicable fees will be issued. TEMPORARY Permits are valid based on the work requirements. $27.00 Fee includes 2 updates at no cost. All permits must be returned to airport operations upon completion of the work assignment. ESCORT REQUIRED The fee,per permit is not collected unless the $44.00 tenant or contractor cannot account for all permits assigned to them. • SIDA/Movement AOA vehicle permits will expire on September 30, of each year. Non-SIDA AOA vehicle permits will expire on October 31, of each year. The Airport will distribute a renewal packet to each company, tenant and contractor doing business at the Airport approximately one month before the expiration date. It is the responsibility of every company, tenant and contractor to assure that all vehicles operating within the AOA of the Palm Springs International Airport display a valid AOA vehicle permit. It is the tenant or contractor's responsibility to report any Permanent, Temporary or Escort Required AOA permit that has been lost, stolen or unaccountable to airport operations immediately NOTE:Permits are non-transferable, excluding Escort Required permits, and are only valid on the vehicle they were assigned as documented on the Request for AOA Vehicle Permit form. • PALM SPRINGS INTERNATIONAL AIRPORT AOA VEHICLE AUTHORIZED SIGNATURES I (Print) I Authorized Signature Company Name Authorize the following individuals to sign for any and all Permanent, Temporary and/or Escort Required PSP AOA Vehicle Permits as mandated by the Palm Springs International Airport. Authorized Signature Title/Position Date Additional Signatures: 1. Name (Print) Signature 2. Name (Print) Signature • 3. Name (Print) Signature 4. Name (Print) Signature As an Authorized Signature, I agree to the following: 3. All motor vehicles operating on the AOA shall be properly permitted by the Company / Tenant and shall comply with all Airport Rules and Regulations, applicable federal, state and municipal laws, ordinances, codes or other similar regulatory measures. 2. Vehicles with Permanent PSP AOA Permit(s) no longer operating at PSP, shall have the permit(s) removed and returned to Airport Operations. 3. Temporary PSP AOA Passes shall be returned to Airport Operations within seven (7) days after the expiration date on the Pass. A. The Company /Tenant is responsible for the accountability of all PSP AOA Vehicle permits and passes issued to them. Any and all expenses occurred by the Airport to re-issue PSP AOA permits and passes for any lost, stolen or unaccounted for permits or passes, will be at the Company /Tenant's expense. • PALM SPRINGS INTERNATIONAL AIRPORT • 2006 - 2007 REQUEST FOR PERMANENT AOA VEHICLE PERMIT(S) i , acting on behalf or Authorized Signature/Tenant Employer/Sponsor request the following vehicles have access onto the AOA at Palm Springs international Airport. 1 certify that the information given below is accurate and each vehicle listed meets all requirements to operate on the AOA. _�n , r: •/ail, ehid,e lvriikca+';'1Vloele,' '.(Yea ;Color" I lc'of ID'.#'j°" Pcxnilt,#' Isatied `'Rchirned VC 777 °i r, Authorized Signature Date PALM SPRINGS INTERNATIONAL AIRPORT • • 2006 - 2007 REQUEST FOR ESCORT REQUIRED AOA VEHICLE PERMIT(S) On behalf of the following individual(s) have Employer/Sponsor been issued Escort Required AOA permits. The company issuing the Escort Required AOA permit will be responsible to insure all escort procedures are met. Drivers of the escort vehicle must be in possession of an approved PSP identification badge and a vehicle which is displaying a Permanent or Temporary PSP AOA permit. Each tenant or contractor will be responsible for the accountability of all Escort Required AOA permits issued to them. Once the escort is complete, the tenant or contractor is responsible for collecting the permit. Once collected, the permit can be re-issued. The Airport reserves the right to conduct at a minimum, an annual audit of each tenant's Escort Required AOA permits. 1. Signature Date # of Permits Requested W. Signature Date # of Permits Requested 3. Signature Date # of Permits Requested Permit # Iss'u,e"'d;" ";.:^;Returne.d." Permit # Issue .Returned;;` '1 pi° .gyp;,•, r;. - .. I�+l it • Ask for construction to HOLD-ROOMS A AND B DEMOLITION Palm Springs International Airport Palm Springs, CA 92262 Palm Springs Project No. 07-08 Prepared by Gensler 2500 Broadway Santa Monica, CA 90404 08/01/07 Issued for Bid Set Gensler Project Number 05.7102.000 Gensler Issuc for Bid Sct Palm Springs Intl Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • TABLE OF CONTENTS Date Division Section Title BIDDING REQUIREMENTS AND CONTRACT FORMS REFER TO SEPARATE INDEX DIVISION 1 - GENERAL REQUIREMENTS O6/15/05 01 1000 Summary 06/15/05 01 14 00 Work Restrictions 06/15/05 01 73 10 Curling and Patching DIVISION 2 - SITE CONSTRUCTION 08/01/07 02 41 00 Structure Demolition (review General and Demolition Notes on plans) Sec landscape drawings Landscape Planting See landscape drawings irrigation Sec attached spec sheets Excavation and Embankment DIVISION 3 -CONCRETE • 08/01/07 03 30 00 Casr-In-Place Concrete END OF TABLE OF CONTENTS TABLE OF CONTENTS 00100 - 1 • Gensler Issue for Bid Set Palm Springs Intl Airport Patin Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • SECTION 01 14 00- WORK RESTRICTIONS PARTI -GENERAL 1.1 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine constructions operations to Work area indicated on the drawings, or at the direction of the Owner. 2. Owner Occupancy: Allow for Owner occupancy of adjacent site and use by the public. 3. Driveways and Entrances: Keep primary driveways and entrances serving premises clear and available to Owner, Owner's employees, general public and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways, aprons and entrances- b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. • B. Use of Existing Building: Maintain existing building in a weathertight condition throughout construction period. Repair damage caused by construction operations. Protect building and its occupants during construction period. 12 OCCUPANCY REQUIREMENTS DURING CONSTRUCTION A. Owner Occupancy: Owner will occupy adjacent site and existing building during entire construction period. Cooperate with Owners Representative (Construction Manager) during construction operations to minimize conflicts and facilitate Owner and Public usage. Perform the Work so as not to interfere with Owners operations. I. Schedule use of premises for Work and coordinate construction operations with the Owners Representative to allow for Owner and Tenant(s)occupancy_ 2. Schedule use of premises for Work and coordinate construction operations with the Owners Representative and Tenant(s) to allow for use of site and premises by the public- 3- Perform the Work during normal business hours only upon approval of the Owners Representative. 4. Perform demolition work after business hours or at such times as approved by Owners Representative. Demolition work includes, but is not limited to, sprinkler work, concrete saw cutting, spray painting, hammering, nailing, and similar work, which may cause noise, dust, or odors,thereby disturbing occupants. 5. Keep premises orderly, clean and with a minimum of obstruction and inconvenience to the tenants and the public. 6. Limit use of site to areas designated unless otherwise allowed by Owners Representative • in writing. WORK RESTRICTIONS 01 1400 Cnpynght 2005 Gensler Gensler Project No.05.0201 022 Gensler Issue for Bid Set Palm Springs Int'I Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • 7. Relocate any stored products that interfere with public access, operations of the Owner and Tenant(s) or Separate contractor. If necessary, obtain and pay for additional storage or work areas needed for operations. 1.3 OCUPANCY REQUIREMENTS PRIOR TO SUBSTANTIAL COMPLETION A. Partial Owner Occupancy: Owner reserves the right to occupy and to place and install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. I. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before Owner occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before Owner occupancy. 3. Before partial Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will provide, operate, and maintain mechanical and electrical systems serving occupied portions of building. 4, On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of building. • PART 2-PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 14 00 01140/9-Mbac WORK RESTRICTIONS 01 1400 Copynght 2005 Gemler Gensler Project No.05 0201 022 Ccrisl er Issue for Bid Set Palm Springs Intl Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition SECTION 01 10 00 - SUMMARY PARTI - GENERAL 1.1 SUMMARY A. This Section addresses: 1. Work covered by Contract Documents. 2, Contracts- 3- Special insurance. 4. Work sequence. 5. Use of premises. 6. Work by others under other contracts. 7. Future work. S. Products ordered in advance. 9. Owner furnished products. 10. Specifications format. 12 RELATED DOCUMENTS • A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to all Sections. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. Conflicts or discrepancies among the Contract Documents shall be resolved in the following order of priority: I. Amendments and revisions (such as Change Orders) of later date take precedence over those of earlier date; 2. The Agreement; 3_ The Supplementary Conditions; 4. The General Conditions; 5. Drawings and Specifications; Drawings govern Specifications for quantity and location. Specifications govern Drawings for quality and performance. In the event of ambiguity or conflicts,the greater quantity and the better quality shall govern. ➢3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of the expansion of the security screening area, adjacent offices and landscaping of the interior courtyard. 1. Project Location: Palm Springs International Airport,Palm Springs,CA 92262 2. Owner: City of Palm Springs,3200 E.Tahquitz Canyon Way,Palm Springs, CA • B. Architect Identification: The Contract Documents, dated August 01, 2007 were prepared for Project by Gensler,2500 Broadway,Santa Monica, CA 90404. SUMMARY O1 1000 Copyngh[2005 Gensler Gensler Project No.05 0201.022 Gensler Issue for Bid Set Palm Springs Int'l Airport Palm Springs Project No: 07-08 08/01/07 14DId-rooms A and B Demolition C. Construction Manager: Allen F. Smoot & Assoc. has been engaged as Owner's Representative for this Project to serve as an advisor to Owner and to provide assistance in administering the Contract. Project Coordinator: Smoot has been appointed by Owner to serve as the Owners Representative_ I. The Work consists of The Work includes Demolition of Ilold-rooms A and B, Capping of utilities, Stabilization of center walkway and canopy, Demolition of selected security walls, slab on grade paving and canopies, backfill and irrigation for sod placement,and some slab on grade concrete walkway construction. 1.4 CONTRACT A. Project will be constructed under a single contract. B_ S 1.5 WORK SEQUENCE A. The Work shall be conducted in a single phase. Coordinate construction schedule and operations with the Owner's Representative, Owner and Architect. ➢.6 OWNER-FURNISFII D PRODUCTS • A_ Owner(or other Government Agency)will furnish when specified in plans and specifications. I. Owner will arrange for and deliver Shop Drawings, Product Data, and Samples to Contractor. 2. Owner will arrange and pay for delivery of Owner-furnished items according to Contractor's Construction Schedule. 3. After delivery, Owner will inspect delivered items for damage. Contractor shall be present for and assist in Owner's inspection. 4. If Owner-fumished items are damaged, defective, or missing, Owner will arrange for replacement. 5. Owner will arrange for manufacturer's field services and for delivery of manufacturer's warranties to Contractor. 6. Owner will furnish Contractor the earliest possible delivery date for Owner-furnished products. Using Owner-furnished earliest possible delivery dates, Contractor shall designate delivery dates of Owner-furnished items in Contractor's Construction Schedule- 7- Contractor shall review Shop Drawings, Product Data, and Samples and return them to Architect noting discrepancies or anticipated problems in use of product. 8. Contractor is responsible for receiving, unloading, and handling Owner-furnished items at Project site. 9. Contractor is responsible for protecting Owner-furnished items from damage during storage and handling, including damage from exposure to the elements. 10. If Owner-furnished items are damaged as a result of Contractor's operations, Contractor shall repair or replace them. SUMMARY 01 1000 Copyn�ht 2005 Gensler Gensler Project No.05.0201.M Genslex Issue for Bid Set Palm Springs Int'1 Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • 1.7 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications arc organized into Divisions and Sections using the 16-division format and CST/CSC's "Masterformat" numbering system- B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 1.8 SECURITY A. The Contractor shall Familiarize himself with the Owner's security requirements and implement a security program that complies with the Owner's operational security agents. Refer to Special Provisions Appendix A. B. SENSITIVE SECURITY INFORMATION — WARNING: THIS DOCUMENT CONTAINS SENSITIVE SECURITY INFORMATION TI IAT IS CONTROLLED UNDER PART 49 CFR PART 1520. NO PART OF THIS DOCUMENT MAY RE RELEASED TO PERSONS WITHOUT A NEED TO KNOW, AS DEFINED IN 49 CFR 1520, EXCEPT WITH THE WRITEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION, WASI-IINGTON, DC 20590. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTY OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC AVAILABILITY IS GOVERNED BY 5 U.S.C. 522. PART 2 -PRODUCTS (Not Used) PART EXECUTION 3.1 CONTRACTOR'S DUTIES Except as otherwise specified, furnish the following to the full extent required by the Contract. • 1. Labor, superintendence, and products. 2. Construction equipment,tools, machinery, and materials. SUMMARY 01 1000 Copyright 2005 Gensler Gensler Projcct No 05 0201 022 Gensler issue for Bid Set Palm Springs Tnt'l Airport Palm Springs Project No: 07-08 08/01/07 Mold-rooms A and 13 Demolition M3. Utilities required for construction and related activities. 4. Other facilities and services necessary to properly execute and complete the work, includ- ing security for Worksite and storage and protection of all materials awaiting incorpora- tion into the Work. 3.2 CONTRACTOR USE OF WORKSITE A . Confine worksite operations to areas permitted by law, ordinances, permits,and the Contract. B Consider the safety of the Work and that of the people and property on and adjacent to the Worksite when determining amount, location, movement, and use of materials and equipment on Worksite. C Do not load Worksite with equipment and products which would interfere with the Work and Owner's operation. Only equipment, tools or materials required for this Work may be stored at the Worksite. D. Protect products, equipment and materials stored on Worksite. E. Schedule use of premises for Work and coordinate construction operations to allow for! 1. Airport Operations. 2. Work by other Contractors. • P. Coordinate use of premise for Work with the Owner's Representative, Owner and Architect- G. Assume full responsibility for the protection and safekeeping of products stored on the site un- der this Contract. H. Move any stored products, under Contractor's control, which interfere with public access, opera- tions of the Owner or separate Contractor. 1. If necessary, obtain and pay for the use of additional storage or work areas needed for opera- tions. 3.3 SPECIAL REQUIREMENTS A. Cranes: Each crane required to fulfill a portion of the specified work shall be required to display in full view and at all times on it's highest point, one(1) 3 foot by 3 foot flag with I foot checks of international orange and white, AND one (1) steady, red light. The light is required to be il- luminated at nighttime only_ The flag is required for daytime and nighttime- B. Perimeter Security Gate Access: During the course of the project, the Contractor may be al- lowed to use only one (1) perimeter gate for access. This access gate location and use shall be approved by the Construction Manager. The Contractor will be required to guard this gate at all times that it is open or unlocked. The Contractor and the Contractor's gate guard are responsi- ble for all persons accessing the airport through the Contractor's secured gate. The Contractor's gate guard shall deny access to all individuals that do not have displayed on their person an Air- port issued security identification badge for those areas that the display of such badge is re- SUMMARY 01 1000 Copyright 2005 Genslcr Gensler Prefect No,0$,0201 022 Gensler issue for]aid Set Palm Springs Int'I Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • quired or written Airport authorization For those areas that the display of such badge is not re- quired. C. In the event the approved perimeter gate for the contractor is part of the Security Access Control System (SACS), access to this gate via the Airport identification badge will be provided upon the issuance of the identification media. Each individual accessing this gate is required to en- sure the gate is secured after entering and that no unauthorized vehicles enter when the gate is open. SACS gates which are left open must be attended by an individual with a valid Airport identification badge- D. Under certain circumstances, and out of control of the Airport, security measures may change on short notice. No deviations from any security measures shall be allowed at any time. E. Vehicles and Equipment: All licensed vehicles operated on airport property, except those under escort by an authorised vehicle and individual, are required to have conspicuously posted on said vehicle a vehicle permit issued by the Airport. This vehicle permit shall hold the Contrac- tor responsible for both the vehicle and all personnel within the vehicle while the vehicle is on airport property. All authorized vehicles and equipment shall display in full view and at all times, a 3 foot by 3 foot flag with i foot checks of international orange and white. P. All violations of Airport security are also violations of the City of Palm Springs Municipal Code 11.33.052. Any such violation may result in arrest, the issuance of a citation, and/or the immediate revocation of access privileges. G. Contact the Fire Department and Police Department prior to de-activation, etc. of any Fire Pro- tection System. The Airport/Owner also needs to be included in this. We contract with a pri- vate company for fire alarm monitoring. When an alarm is received, the private company noti- fies the Fire and Police Departments. FIND OF SECTION 01 10 00 0)100/9-98/Nac SUMMARY 01 1000 Cupyrigld 2005 Gensler Gensler Project Nu.05.0201.012 Page l of I OCB Palm Springs From: Rob Nichols [robert_nichols@gensler.com] Sent: Wednesday, August 01, 2007 2.16 PM To: ocb18@ocbinacom Cc- Allen Smoot Subject: Plot files and doc. files for Palm Springs Airport Demo Package-Attention: Brian (1 of several emails) Brian, Please get direction from Al Smoot an the number of sets required. He will also be providing the Special Provisions that will be bound with the specification I am send you under the Project Manual Cover. Please call if you have any questions, - my cell is 818-554-6612 Thanks, Robert Nichols, AIA Gensler p 310-449-5774 f. 310-449-5850 8/2/2007 Gensler Issue for Bid Set Palm Springs Intl Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • SECTION 03 30 00-CAST-TN-PLACE CONCRETE PART I -GENERAL 1.1 SUMMARY A. This Section specifies cast-in place concrete, including formwork, concrete materials,mixture design, placement procedures, and finishes. 12 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and • equipment. 1. Manufacturer certified according To NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: I. ACI 301, "Specification for Structural Concrete," Sections 1 through 5. 2, ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." C. Preinstallation Conference: Conduct conference at Project site. PART2-PRODUCTS 2.1 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source,throughout Project: B. Normal-Weight Aggregates: ASTM C 33, graded, I-inch (25-mm)nominal maximum coarse- aggregate size. • C. Water_ ASTM C 94/C 94M. D. Proportion normal-weight concrete mixture as follows: CAST-IN-PLACE CONCRETE 03 30 00 - I Copyright 2006 Gensler Gensler Issue for Bid Set Palm Springs Tnt'l Airport Palm Springs Project No: 07-09 08/01/07 Hold-rooms A and B Demolition 1. Minimum Compressive Strength: 3000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45 3. Slump Limit: I mina max. inches . 2.2 CONCRETE.MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 dcg F (32 deg C), reduce mixing and delivery time to 60 minutes- PART 3 -EXECUTION 3.i FORMWORK A. Round to match existing exterior corners and edges of permanently exposed concrete- 1-2 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch(3.2 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. D. isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with existing slabs as indicated. 3.3 CONCRETE PLACEMENT A. Before placing concrete,verify that installation of formwork,reinforcement, and embedded items is complete and that required inspections have been performed- B. Provide construction joints as indicated on drawings. • C. Cold-Weather Placement: Comply with ACI 306.1. CAST-IN-PLACE CONCRETE 03 30 00 - 2 Copyright 2006 Gensler Gensler Issue for Bid Set Palm Springs Intl Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition • D. Hot-Weather Placement: Comply with ACT 301. 3.4 FINISHING FORMED SURFACES 3.5 FINISHING FLOORS AND SLABS A. General: Comply with ACT 302.1 R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. Slabs shall be finished so water does not puddle. B. Broom Finish: Apply a broom finish to exterior concrete walkways as indicated. 3.6 CONCRETE PROTECTING AND CURING A. General_ Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACT 306.1 for cold-weather protection and ACT 301 for hot- weather protection during curing. 3.7 CONCRETE SURFACE REPAIRS • A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. 3.8 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. I. Testing Services: Tests shall be performed according to ACI 301. END OF SECTION 03 30 00 CAST-IN-PLACE CONCF CTI; 03 30 00 - 3 Copyright 2006 Gensler i EXCAVATION AND EMBANKMENT Description This specification covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to demolish and/or construct in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. CLASSIFICATION. All material excavated shall be deemed Unclassified. UNSUITABLE EXCAVATION Any material containing vegetable or organic matter, such as muck, peat, organic silt, sod, plantings, concrete, asphalt, plastics or other non-native material shall be considered unsuitable for use in embanlanent(fill)construction. Construction Methods GENERAL, Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed. The suitability of material to be placed in embankments shall be subject to approval by the Engineer_ Excavated material not required or acceptable(unsuitable), for fill or embankments shall be disposed of off airport property. The disposal site, off airport property, and all materials placed at the disposal site are the sole responsibility of the Contractor. The disposal site,off airport property,shall comply with all applicable laws and regulations. The Contractor shall provide copies of all pennits, easements and property owner i permissions to the Engineer. The Contractor shall, at his/her own expense, dispose of all unsuitable materials. If it is necessary to interrupt existing operating, not to be removed under this contract, sewers or under-drainage,waterlines,conduits,utilities, fixtures or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Owner, who shall arrange for their removal if necessary. The Contractor shall,at his/her own expense,satisfactorily repair or pay the cost of all damage to such facilities or structures which may result firm any of the Contractor's operations during the period of the contract. COMPAC77ONREOUIREMENTS. The maximum density shall be determined by ASTM 1) 1557 for all sections, Excavation and embankment materials shall be compacted at±2 percent of optimum moisture to 95 percent relative density.The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than a inches in their greatest dimension will not be permitted in top 6 inches of the subgrade. BORROW, Borrow area(s)within the airport property are indicated on the plans_ Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed,All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular fines to permit accurate measurements,and they shall be drained and left in a neat,presentable condition with all slopes dressed uniformly.protection rock shall be removed and replaced if applicable_ . Wben borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply,subject to the approval of the Engineer_ • Borrow(import) material is estimated at approximately 650 C.Y.in-place.The Contractor is responsible to estimate the amount of in-place excavation(cut)and embankment(fill)requinxl based on the plans, existing conditions and soil types prior to Bid. HA All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract price_ No payment will be made separately or directly for hauling on any part of the work. SURFACE TOLERANCES Finished surfaces and/or finished sub-grades shall be of such smoothness that it does not vary more than 1/2-inch, and shall not be more than 0.05-foot from true grade as established by grade hubs(blue tops)or pins. TESTING REQUIREMENTS ASTM D 698 Tests for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-pound(2.5 kg)Rammer and 12-inch(300 min)Drop ASTM D 1536 Test for Density of Soil In-Place by the Sand Cone Method ASTM D 1557 Tests for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 10-pound(4-5 kg)Rammer and 18-inch(45 cm)Drop ASTM D 2167 Test for Density of Soil In-Place by the Rubber Balloon Method. . ASTM D 2922 Test for Density of Sail In-Place by the Nuclear Method O4 PA\4 S P U O N Y C��lFORN�� NOTICE INVITING BIDS (IFS 08-01) FOR DEMOLITION OF AIRPORT HOLDROOMS A & B ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED.IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS, .CLARIFICATION OF INSTRUCTIONS TO PROPOSERS: It is IMPERATIVE that you contact Mari Lynn Boswell, Procurement Specialist, via email at MariLynn-BoswellCa.palmsprings-ca,.eov to officially register as a Proposer for this specific project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the IFB. Note: You may also register.your firm in the City's on-line general vendor database system while on the website, but you MUST still contact Mari Lynn Boswell as instructed above to register as a proposer for this specific IFB 08-01. The following additions, clarifications and /or answers to bidders questions are hereby provided: 1. Sheet A01.01, Large Note shown in Hold-room A: Note states "...Jack- stands supporting East and West" that should say"North and South". 2. Sheet PH-01, Note 2: Note 2 states " Provide 6'tall chainlink" it should say "Provide 6'tal/with three stands of barbed wire on-top" 3. Notice Inviting Bids, item N-6_ The item states that"The contractor shall possess a valid Class A Contractor Licensed..." A C-21 Contractors license is also acceptable, with the caveat that the bidder must be able to subcontract for the utilities, concrete, landscape, metal work, fencing and painting, as aff work depicted in the drawings and specifications must be included in the lump sum price, 4. Sheet A02.00: The nine foot high fence alignment is hereby modified as reflected in the attached 8 %X 11 SK4-1 Enlarged Sketch. 5. Temporary Facilities and Controls, Section 01.50.00-1: A Temporary Facilities and Controls specification section is hereby added made up of three type written pages attached. 6. Sign Post Concrete Foundations: Contractor shall provide for two (2) concrete foundation sign bases in the hid as depicted on the attached 8 %X 11 drawing COS-2 Dated 2115107. Please note that the actual signs will be Installed by others. The Owner's representative shall provide direction as to where the bases are to be installed once the Hold-rooms are removed from the site. 7. Canopy Repair Detail: Once the demolition is complete the center canopy will have some rough edges,Attached are three 6%X 11 drawings; the first is a reduced/revised Sheet A02.00 and the other two are SKA-2 and SKA-3. The sheets provide direction on how the edges are to be covered and painted to match the existing. 8. Roof Material: At the pre-bid job walk a question was asked about the roofing on the buildings;It Is an EPDM rubber roof. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA W Butziaff ant City M n DATE: August 16, 2007 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your response being deemed non-responsive. I I � ! � 8 W w W W w w W L o w W W W f W w �72t1 � O w w W w// W Y w ! Al2.UD !P. a / w v W W W Y W Y W \ W W W w C ri O Y `� W W w w • 'o , ' • n w W W W v Y •7 � w W � w W Y � •••►' .' O .p w w W w w w ! > ' •-e \ o w w Y w Y. w w :.a �' • w w W w .� w �• ,• w W W w w ..� w li a �'e• W W W W W v w w W w W w Y 1 TO REGIONA TERMINA Y w w w w 11 w W W w 1 I Project issues/Rev Date By Drawing :f1110vYa, �,� TEMPORARY HOLD—ROOMS A AND B 1 08-07-07 Gensler ='w: DEMOu ON Project No.05.7102.000 Description SKA-1 ENLARGED PLAN — 1JI &a ingf td work of 7Fn whiled and mow nni be Gensler issue for Bid Set Palm Springs Intl Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition SECTION 0150 00-TEMPORARY FACILITIES AND CONTROLS PART1 -GENERAL 1.1 SUMMARY A. This Section includes requirements for, support facilities, and security and protection facilities- B. See Division 01 Section "Multiple Contract Summary" for division of responsibilities for temporary facilities and controls. C. See Division 01 Section "Execution" for progress cleaning requirements. 12 USE CHARGES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to,Architect,testing agencies, and authorities having jurisdiction. B. Water Service: 'Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations- C. Electric Power Service: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.3 SUBMITTALS A_ Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. J A PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation,maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance,regardless of previously assigned responsibilities. TEMPORARY FACILITIES AND CONTROLS 01 50 00- 1 Copyright 2006 Gensler Gensler Issue for Bid Set Palm Springs Intl Airport Palm Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition PART 2 -PRODUCTS 2.1 MATERIALS A. Pavement and Concrete for Fence Post: Section -Concrete. B. Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.76-mm-)thick,galvanized steel, chain-link fabric fencing with galvanized steel pipe posts; minimum 2-3/8-inch-(60-mm-) OD line posts and 2-7/8-inch-(73-mm-)OD corner and pull posts, with [1-5/8-inch-(42-mm-) OD top rails] [galvanized barbed-wire per drawings. C. Portable Chain-Link Fencing: Minimum 2-inch (50-mm), 9-gage, galvanized steel, chain-link fabric fencing per details with galvanized steel pipe posts; minimum 2-3/8-inch-(60-mm-) OD line posts and 2-7/8-inch-(73-mm-)OD corner and pull posts,with 1-5/8-inch-(42-mm-) OD top and bottom rails. Provide galvanized steel bases for supporting posts per drawings. D. Lumber and Plywood: See drawing notes on shoring requirements prior to soil backfill. 2.2 TEMPORARY FACILITIES A. Sanitary Facilities: Portable Toilets(Prefabricated or mobile units) and Drinking Water. 13, Storage:Per requirements of the Contractor. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of lire exposures and in location where cutting torches are used. B. Provide a Fire Hose as required to tie-into existing fire hydrants- PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Division 01 Section "Summary." B. Provide each facility ready for use when needed to avoid delay_ Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. TEMPORARY FACILITIES AND CONTROLS 01 50 00 -2 Copyright 2006 Gensler Gensler Issue for Bid Set Palm Springs Int'I Airport Patin Springs Project No: 07-08 08/01/07 Hold-rooms A and B Demolition 3.2 SUPPORT FACILITIES INSTALLATION A. Traflic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs,pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fare hydrants. B. Parking: Use areas designated and agree to by Owner's Representative for construction personnel. C. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations and in location agree to with Owner's Representative. Comply with requirements of authorities having jurisdiction. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Pest Control: Keep site free and clear of trash on a daily basis. B. Site Enclosure Fence: furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. I. Extent of Fence: As indicated on Drawings. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Owner will provide pad-locks and keys for the gates. C- Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. D. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241. I. Prohibit smoking in hazardous fire-exposure construction areas. 2. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information_ 3.4 OPERATION, TERMINATION, AND REMOVAL A. Maintenance: Maintain facilities in good operating condition until removal. 1. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion_ TEMPORARY FACILITIES AND CONTROLS 01 50 00 -3 Copynght 2006 Genslcr I - II - II II GROUND 'FRANSPORTATION II � I I I" SIGNACE J I I 9Y OTHERS I II ' II 11 _ II I I •194a" • II � I II II I I rip! 5"f STO. PIPE I I AFF a dOrµy o'L�'IG125 I r•� I I II CROWN�6 MIN. OWN r€ ! I I II GRADE OR SLAB h Fes. u g WHERE OCCURS t w 'Y n • n Lj h ST p, PIPE SLEEVE _ F .4i tl 41 J POLO GONG. ss Z $ POLE FOOTING q Go U _ 6—K5 VERT. BARS y - TYPICAL SIGNAGE POST BASE DETAIL 4/SS-01.02 Q NO SCALE PxDjod hmwlcv Dow By DMWcE PALM SPRINGS AIRPORT 2-15-07 CDS-2 Gensler ==Mi- �.n14 W4�IIN R h0laNa 05.020t.022 M d'nntp YW whim wivid¢y[' YM hu,,[.sIilmte&qml wd,,p*r h O YMk.I Ibe Vdi{p-,I ME My.O1 be dupGeelpd,used r AsdoW wilhml ailln mum(of achilecl. (clam Gmeler M RMN R.snre BUILDING A AND B r _ _ — — _ REMOVE (E) MTL REGLET AND PARAPET TO BE COUNTER FLASHING THAT TIES— DEMOLISHED. SEE PLAN. —\�I ! I INTO DEMOLISHED BUILDING, PROVIDE PAINTED GALV. MTL. f I DRIP EDGE TO MATCH (E) lz PATCH (E) CANOPY ROOFING I AS REQUIRED Q (E) 2" ROOF PANEL (E) STEEL CHANNEL, I PAINT TO MATCH (E) EXPOSED STRUCTURE. CANOPY END DETAIL Project Issues /Rev pare By 0r a:rmq .ate•,,. p TEMPORARY HOLD—ROOMS A AND B 08-07-07 Gensler DEMOLITION Project No.05.7102.000 Description SKA-2 CANOPY DETAIL FOR CANOPY ROOF EDGES ADJACEN TO DEMOLISHED BUILDINGS All crm ngs me n 1le, mekreJ o ,, q be,?r. ccr sblale orgiml me a p>_•'skd ned c•l the .,Illed .0 may ral h+ 6"k—o:r i, o�1 r, tlisc'os.I adhair nrt l-r ,rr.... of nrrn, .I c^^00"n rsa, Sli c P.v . PROVIDE PAINTED GALV, MTL, DRIP EDGE PAINTED TO MATCH (E) UNPUNCHED 10"X16 GA CUT (E) BEAM PLUMB PATCH (E) CANOPY ROOFING TRACT{ ATTACHED TO WHERE REQUIRED. A5 REQUIRED EXPOSED STRUCTURE PAINT TO MATCH (E). —_ 3"X3"X6" 12CA METAL CLIP — ANGLE ATTACHED TO (E) STRUCTURE & C—STUD. PAINT TO MATCH. �I (E) 2" ROOF PANEL (E) BEAM I I (E) BEAM (CHANNEL OR ANGLE) (a�AIJ�IY END DETAIL (E) COLUMR! WHERE OCCURS. = -0" Project Issues /P,e� Dale By Drawlrq 2¢O Rxdny TEMPORARY HOLD—ROOMS A AND B Ak 08-07-07 Gensler r:' s DEMOLITION Project No.05.7102.000 Description SKA-3 CANOPY DETAIL MI dro..mg •nc '.11, nnlmd .op,q her^� «rsbl..c qm.l a,d apAIMr d na% u' It:crchdec "t may not b, d mlydl-o. , -i ,. 1,. -1 •dF.i ..n ., -ni .r..- r i :+m.? r ,. ,- ' i n. I HEY NOTES O QSA:' 3VquuR •Qi FEXrn¢�u¢Gn Exls c - •�1°��""' '�� Paim Springs Infemafional Alrporl Conslor - � � _ �_� _ •�- %� � "-0 1 Imo? �wwu mu __ �__.,_ _ _.n ra ro � "•• Jy _ _� ���14 TEbrIVAL ff� E%t3iIKG �,'� / E%SERIGR WNRT'M1RG tt r. E%19 G\ 0 �- -r �=4_ � sr5 h..rG\"•,•i�a'� •,... ., •_L � � � — (SHEET ROTES j _ v, �� ,' �I 1'��iY' .. !v3 �, 4 � - /��' .n✓' rm,nnwtf r¢a Ww-.A _ •1..i _ems._X. �� yi �' x S r¢•rs ti — � ids•:`;, F - � wigs�..mzirrxs.r� , _f ✓ ` EcsilNn ._. :�' ` :' __-_- ____- XEY PLAN g' /� i TERMIkp1 ' _ aul[GI i _ •.r.. .:i• ti�ti�•xau ruw.eec>.�nw ���FFF PPP,,, I"`-•.'— SITE PLAN '"4e '--' ey` A02.00 OF PALM s cq'r FoRN\P . NOTICE INVITING BIDS (IFB 08-01) FOR DEMOLITION OF AIRPORT HOLDROOMS A & B ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDE❑ IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. CLARIFICATION OF INSTRUCTIONS TO PROPOSERS: It is IMPERATIVE that you contact Mari Lynn Boswell, Procurement Specialist I, via email at Marilynn.Boswell(a?palmsprings-ca.gov to officially register as a Proposer for this specific project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the IFB. Note: You may also register your firm in the City's on-line general vendor database system while on the website, but you MUST still contact Mari Lynn Boswell as instructed above to register as a proposer for this specific IFB 08-01. The following additions, clarifications and /or answers to bidders questions are hereby provided: 1. Air-conditioning Units: The units are roof mounted packaged units and they may be salvaged by the demolition contractor. They are very old units! 2. Sod Area: An inconsistency between two sheets of drawings is hereby brought to the attention of the bidders; Sheet A02.00 depicts areas where sod is to be placed, Sheet L 2.0 shows a larger area for sod to be placed- Follow Sheet L 2.0. 3. Sheet A02.00: Item No. 7 in Addendum 1 provided a reduced and revised sheet A02.00 to depict the areas where the canopy would require sheet metal repair; it was hard to read. A blow-up of the canopy area of revised sheet A02.00 is attached as SK-04. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA N4�-1 Craig L. Glah4drs, C.P.M_ Procurement Manager DATE: August 21, 2007 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your response being deemed non-responsive. 1 --- 't@ .. JR. EX STING TE MIMAL .. ..... ......... �1ti 6�LIIING >. 'ty�•e. T� •,,, i _ _ray+'-.... �(E)PlF0.E TO RFJAAM. -41 nq 212402 ..•- ti „•r 8 13 ......, . ...I ........ : ...��.�,T... i y 1 h• _ 12 _ - - _ x _ J . . ------- -- 1 - 16 1 . r © r -` ,.. „ NER, ... - a aaia9 EXISTING - EXISTI G• r EXTERIOR COURTYARD f`s PAS N a AREA Al,x` RG i. STATE OF CALIFORNIA—DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARD 832480000 City of Palm Springs Office of Procurement&Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE §17777.5 HAS BEEN AWARDED TO: z. Name of General Contractor 3. Contractor's License Number G & M Construction, Inc. 272619 4. Mail Address(Street Number of P.D.Box) 5 City 211 W. Mesquite BaI1n^Springs 6 Tip Code 7 Telephone Number 92262 760-322-6918 8 Address or Leoation of Public works Silo(Include city and/or country) 3400 E. Tahquitz Palm Springs, CA 92262 9, Centracf or Prelecl Number 10 Dollar Amount of Contract Award CP 07-08 $97,750. 11 Starling Date(Estimated or Actual) 12. Completion Date(Estimated or Actual) MONTH DAY YEAR (USE NUMBERS) MONTH DAY YEAR (USE NUMBERS) 10 01 2007 10 30 2007 13 Type of construction(Highway,school, 1A hospital,etc. Demolition EJ NEW CONSTRUCTION ❑ ALTERATIONS 16 ClassiTipation or Type of Workman(Cerpen[eL plumber,etc.) Demolition 1 r. Is language included in the Contract Award to effectuate the provisions or Section 1777 5, As required by the Labor Code?........ . . ...... .. ........ . .. ... X YES NO Is language included in the Contract Award to effectuate the provisions of section 1776, As required by the Labor Code? .......... .... .. ....... ... X YES NO 18 Ig alure � Title 20 Date Procurement & Coritracting Meir. 0 21, Pnnted Ed a R. Telcphdne NuFFY Craig L. Gladders 760-322-8368 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABB�'BACT or DUE c � ID S: r�A nR nl DATE: gp Ie p� ! xi} G v 1 c1 IDD]NGTQ; f}ejnQj; -;on o� i}j71TENII �p£� 0 (� UANT]TY COMMODITY Mvc`j i I I License Detail Page 1 of 2 California Home Thursday,Aug_ Welcome o Wa, o License Detail CA1-JEO4N_ACdNTRA-CT 0RSSTATE_LI_CEN Contractor License # 272619 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. . Per B&P_7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 08/30/2007 * * * business Information GEORGE ARLEN MARANTZ DBA G & M CONSTRUCTION 6 PALAMINO RD PALM SPRINGS, CA 92264 Business Phone Number: (760) 322-6918 Entity: Sole Ownership Issue Date: 12/01/1971 Expire Date: 03/31/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications Class Description A GENERAL ENGINEERING_CONTRACTOR ©GENERAL BUILDING CONTRACTOR C21 BUILDING MOVING, DEMOLITION * * * Certifications littp://www2.cslb.ca.gov/CSLB_LIBRARY/License-I-Detail.asp?LicNuni=272619 8/30/2007 License Detail _ Page 2 of 2 rc—e--rlti Description ASB JASBESTOS - (for bidding purposes only) HAZ HAZARDOUS SUBSTANCES REMOVAL * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 310386 in the am( $12,500 with the bonding company SURETY COMPANY OF THE PACIFIC_. Effective Date: 01/01/2007 Contractor's Bonding History * * " Workers Compensation Information This license has workers compensation insurance with the STATE COMPENSC�TION INSURANCE FUND Policy Number: 238-0000669 Effective Date: 10/01/2002 Expire Date: 10/01/2007 Workers Compensation History Personnel List License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2006 State of California.QQodltions of Use Privacypolicy http://www2.cslb.ca.gov/CSLS_LIBRARY/License,+Detail.asp?LicNi-im=272619 8/30/2007