Loading...
HomeMy WebLinkAbout05489 - B & T WORKS INC PATENCIO LANE DRAINAGE IMPROVEMENTS CP 06-17 PHASE 1 CITY OF PALM SPRINGS CALIFORNIA 11,0.Box 2743,Palm Springs,California 92263,(760)323-8253 Department of Public Works and Enginwring NOTICE OF ACTION i(iii! f;,.:; ,IJ S., 52 FOR: 0 PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS 1'O: ACCEPTANCE DATE: November 13,2007 B&T Works,Incorporated PROJECT: CP#06-17,Palencia Lane 23905 Clinton Keith Road,Suite 114-351 Drainage Improvemmnt Wildomar,CA 92595 AGREEMENT NO. 5489 MrNI ITF.ORDER NO. 8049 This is to inform you that a Notice of Completion has be cn Clcd and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE 1MPROVBMENTS Curbing,,..._..—., 80 L.F. Curb' Street Paving 2,419 S.F. Street Paving Sidewalks S.F. Sidewalks PCC Driveway Approaches S.F. Driveway Appr hes FCC Ramp EA_ Bike Paths Sewer Mains L.Y. Sewer Mains Sewer Laterals I-E Scwcr Laterals Adjust Sewer Manholes I F.A, Sewer Manholes Storm Drains 140 L.F. Storm Trains Survey Monuments I EA. Survey Monuments Clean-out 1 EA. Storm Drain Structures 2 EA. Location: Pateaclo Lane extending to South Monte Vista Driyc,in Section 15,Tow,pplllip 4 South,Its East.Palm SSpringa CeliPornia, C.P.S.DrawingNo(s), Per Plans and.SpecHlcations -- _ PerwitNo. 43114-147 Contractor(s)actually doing the work B&T Works, Notify your bonding company/bank to release the following bonds: No.70331958 in the amount of U' Q Performance 01 -l5-Dr7p No. =19-8_ in the amount of$50990 Payment Op - Ito -an h' No. in the amount of$ MonumLins No. in the amount of _ Maintenance Security No. in the amount of$.�, Corroction&Repair Construction bond inthe amount of$ for En&=: CITY ENGINEER Bond Co./Bank: Western Surety Company Comments: FINAL CONTRACT AMOUNT:$50,052.86 Submitted by: Dated: / L- !o- 0 ] Senior Works Inspector Approved by: _ Dated: .7 Director of Public Works/City Engineer Distribution-Original to Engineering CP Mile;Cupins to;Addrcssne,City Clork,NOA hinder,Strad Maintcnanan Manager,Building,and Fe Index No. DOC # 2008-0296781 06/02/2008 08:00A Fee:NC ,t Page 1 of 1� \\ C6 Recorded in Official Records 'A County of Riverside ide .0 Larry W. Ward Assessor, SIIkYIII Clerk 1 II Recorder 5 R U PAGE SIZE DA MISC LONG R2=D COPY Recording Requested By And When Recorded Return To: �Z FxaM City of Palm Springs Attn:City Clerk M A L 465 426 PCOR NCOR SMF NCHG)27Z, i�/ P.O.Box 2743,Palm Springs,CA 92263-2743 G � (SPACE ADOVE THIS LING FOR RECORDMG USC) (CXFM PT I"ROM RECORDrNG ME PER GOV CODE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: $Q? 1. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws ofthe State of California- 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 ofthe CityofPalm 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 121"day of May, 2008. 5. The name of the contractor(if named)for such work of improvement was;B&T Works,Inc.,7,3905 Clinton Keith Road,Suite 114-351, Wildomar,CA 92595. G. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows: Civic Drive Street Improvements. 7. Nature of Interest:Fee Owner S. The property address or location of said property is:West side of Civic Drive between Tahquitz Canyon Way and Livmor Drive,Palm Springs,California. 9. City Project No.07-10,Agreement Number:5625 CITY OF PALM SPRINGS: REVIEWED BY: DATED: Senior Public Works Inspector ichaellC.I.ytar BY: �` DATED: Director of Public Works/City Engineer David J.Barakian JAMES THOMPSON,being duly swom,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 an 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 Cleric,Ile makes this ven On on behalf of/saidd municipal corporation. City Clerk-James Thompson Index No. 0708 CITY OF PALM SPRINGS CONTRACT CHANGE. ORDER To: B&T Works Dale: June 3, 2008 23905 Clinton Keith Rd, Prolecr No-: 07-10 Suite 114.351 Project Civic Dr. Street.Improvements Wildomar,CA 92595 Change Order No.: Two (2) Contract Purchase No.: 810 Account Number: 133-4298-50190 137-4808-63567 Agreement No : 5489 CHANGES IN WORK/COST Increases to Contract Bid item A- (c.o. 1) Remove 2307 SF AC Pave. Time and Materials (-$403.15) 4• Remove PCC Imp- 19 SF cr $3-00/SF $57-00 5• Remove AC Bern -70 LF @ S4.00/LF (-$280.00) 6. A2-6 Curb/Gutter 118 LF @ $19.00/LF S2,242.00 9. PCC Sidewalk -635 SF n $3.50/SF (-$2,222.50) 12. Parkway Drain-1 EA @ $1,800.00/EA (-$I,800.00) 13. 3" AC Pavement -264 SF @ $3.00/SF (-$792.00) 14- 6" Misc. Base -264 SF @ $I.65/SF (435.60) Total- Change Order Decrease Amount (-$3,634.25) REASONS FOR CHANGES: All increases and decreases to bid quantities referenced above are due to the actual work required being more or less than the original estimate. This is a final, balancing change order. Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. D. SOURCE OF FUNDS Account No. 137-4808-63567 1 05/31/2006 03:51 9516963749 BTWORKS PAGE B4 I suL XI4 pf COMA �'ORtTaCt ��IfI4C 1 j Onpjnal Cm mct Amoum: Odgi Com*ttoo Dam. May 12.20r73 I'his amp or im :wO63425 Dar hdrkd for rids GGO.: ^'0 - Predvu5 Change Order(0- $14,995M Ptew w Days Added, —5"- $ev W Contract Ama= $I65,221.25 Pt viscd Completion I)na, I.&T t4,dom I have recdwd a copy of this Cbenge P RPtr Order and the shove.AGR=P CBS ate wmgxaUr w ate coarracEN. S�mitud by � I>aa, G -5 senior PuWc Works Inspector � bq I(>j]tgC.4L By �lA",wafAire �provod by 51", r DateQV✓��_ CIry,�� Daze Amoved �r Dare b aD o Q r _ • . a� z� Z�rag - . - - C"atpck& (1) S{yu�d�ot�Public Works l m fflr W AAPPRFED eY C[TY COUNCIL APPROVED BY CITY f�lil yl s S z File Edit Generate Letters Transaction, Report,s fvlairltencmce Quit Gaii.Letters Tialisacti its:--Re carts tylalliteiialiC6, Exit Program.. ................. --- ------------ ---- Doctiment#.- A5M Group: I E ZNEERI 7qG W Act" Description. Drainage Improvements CP 06-17(Phase 1) Approval Daie: F08i6t2oo-, Expire:Date rmmP,008 Closed Date: I i i' owed: 50,062.813 Colvpafr}r. B&T Woiks,hic. Xkef. P,19RCHIJS FULLER 1760)323-874, paid: 0.00 FContact: 4aPreside,Preside pli: F Ext: Address: 123905 Clinton Keith Road Rol: $50.0-612.8n01 Address2: I Suie 1;4-351 city.Fmcn,ar .... ..- St: fCA 'Zip: 192565 Coillitry I Fax: email: si-Evice: lin Process Insurance Stat"s: ICNIfficate and Policies are OK Document Tracking Items (Dial click heading to Sort) L Ntsl Tilu!'4ro I T�o lCornriletedl ArntAdded JArnt Ltj rM v4i I p 11 Nil M007 kdh to CM foil Sig O.OWO CO 7 M102FO7 'kch IJay&CM sigri-ed dup orig Ti--Ff --- --------6.66"u-0-- E] 0811512007 !Pdh r,dl,;trib dup ong to MLF3 f f f f 0.0 :0.00 ---- ------------------------------------- ----- - ------------------- ------ ------- -66 fl-S 1'2 6 67 k-d-h J'o ri g was rn i s s e d by 0 M f f I f 0.00'O.0 0 O 1212812007 kch jC01 TOJayforsi if 11 1 937.1d 10.00 O110312008 ikdh ; 0 CO 0 1 distrib to ORrhe R IN FILE f f f f 0.0617 0 0111 MON lkdh I Felipe to take to recorder's office week of 01-14-08 f i f i I O.Ou u ------------- ------- ------------ 7 DOC # 2008-0021572 01/15/2008 08:OOA Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder I III II III IIII I I II I III I IIIII I I IIII III 4MA #JUPAGE SIZE DA MISC !9MFIN:CHG D COPY Recording Requested By And When Recorded Return To: 465 426 PCOR NCOR EXAM City of Palm Springs Attn:City Clerk VC G '0 I P.O.Boa 2743,Palm Springs,CA 92263-2743 /V (SPACE ABOVE THIS LINE FOR RECORDING USE) -- �- (EXEMPT FROM RECORDING PEE PER GOV.CODE§6I03) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 801 1. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 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 ofthe 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 13' day of November,2007. 5. The name ofthe contractor(ifnamed)for such work ofimprovement was: B&T Works,Incorporated,23905 Clinton Keith Road,Suite 114-351,Wildomar,CA 92595. 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:Patencio Lane Drainage Improvements. 7. Nature of Interest:Fee Owner 8. The property address or location of said property is:Patencio Lane extending to South Monte Vista Drive,in Section 15,Township 4 South,Range 4 East,Palm Springs,California. 9. City Project No.06-17,Agreement Number:5489,Minute Order Number:8049 CITY OF PALM SPRINGS: REVIEWED BY: DATED: / L- 7• O7 Senior Public Works Inspector Michael K.Lytar BY: 2 DATED: y Ii -1 Director of Public Works/City Engineer David J.Barakian JAMES THOMPSON,being duly swoon,says: That he is the City Clerk of the aforesaid City of Pahn 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. City Clerk-James Thompson Index No. 1107 A CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: B&T Works Date November 15, 2007 23905 Clinton Keith Rd, Project No.: 06--17 Suite 114.351 Project. Patencio Lane Drainage Imp. Wildomar, CA 92595 Change Order No.: One (1) Contract Purchase No.: 816386 Account Number: 4298-50250 Minute Order No.: 8049 Agreement No.: 5489 CHANGES IN WORK/COST Increases to Contract Bid item 4. Remove AC Pavement 99 SF @ $1.00/SF S 99.00 5. 2.5" AC Pavement 19 SF @ $3.25/SF $ 61.75 7. 4" Misa Base 19 SF @ $1.25/SF S 23.75 New Item A. Clean Out With Collar 1 LS @ $2,378.36 $2,378.36 Decreases to Contract Bid Item 11. Parkway Manhole -1 EA @ $3,500.00/EA ($3,500.00) Total- Change Order Decrease Amount ($ 937.I4) REASONS FOR CHANGES: New ltern A: The parkway manhole indicated on the approved drawings could not be constructed due to a conflict with existing utilities. As indicated above,bid item,4 1 1 was deleted,and a clean out with concrete collar was constructed. All other additional quantities to bid items 4, 5, and 7 were due to actual quantities required in the field being more than the original estimate. This is a final balancing change order, and represents a reduction to the contract of 1.8% Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. 1 i L D. SOURCE OF FUNDS Account No. 4298-50250 will be credited in the amount indicated above- -Summary of Costs Contract Time Original Contract Arrrount: $50,990-00 Original Com lesion Dace: November 13, 2007 g � P This Change Order: $(-937.14) Drys Added for cliffs C.C.O.: —a— Previous Change Order(s):$0 Previous Days Added: —a— Revised Contract Amount: $50,052.86 Revised Completion Date: November 13, 2007 1 have received a copy of this Change City pproval: Order and the above AGREED PRICES are acceptable to the contractor- Suhmated hy_ Date Sc wr Public Works Inspector By ^� Approved tiy ICY Date Conlct : B&T Works Cary-Engineer Fa_Lc Approved by Date City anager Attestcc�>(y e - Ctry Clerk Distribution: ` Oriemal Executed Copies Conformed-File C_npy Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) bf' APPROVED BY CBTY COUNCIL 2 1 ' AGREEMENT ' THIS AGREEMENT made this day of L in the year 200� by and between the City of Palm Springs, a California 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 B S T WORKS, INC hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid ' Schedule(s) of the City's Contract Documents entitled: PATENCIO LANE DRAINAGE IMPROVEMENTS ' CITY PROJECT NO. 06-17 (PHASE 1) ' The Work is generally described as follows: Removal and re-construction of asphalt concrete pavement, Portland cement concrete curb, gutter, catch basin, storm drain improvements, and associated work on Patencio Lane, extending to South Monte Vista Drive, in Section 15, Township 4 South, Range 4 East, in Palm Springs, California ARTICLE 2 -- COMMENCEMENT AND COMPLETION ' The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time ' specified in the Notice to Proceed- The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the 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$220.00 for each calendar day that expires after the time specified in Article 2, herein.' p��LL!4^gi ',i j�jA'- El VJ AND/OR AGREEMENT Patenoio Lane Drainage Improvements ' City Project No.06-17,Phase 1 AGREEMENT FORM 4/20/07 AGREEMENT AND BONDS- PAGE 1 1 � , ' ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the ' Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s), ' ARTICLE 4 -- THE CONTRACT DOCUMENTS ' The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers o to o , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ' ARTICLE 5 -- PAYMENT PROCEDURES ' The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ' ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ' ARTICLE 7 -- MISCELLANEOUS ' Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and 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. Patencio Lane Drainage Improvements city Protect No.06.17,Phase 1 AGREEMENT FORM 4/20/07 AGREEMENT AND BONDS- PAGE 2 1 . . 1 The City and the Contractor each binds itself, ils partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal 1 representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 1 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 1 ATTEST: APPROVED BY THE CITY COUNCIL: 1 CITY OF PALM SPRINGS, CALIFORNIA Minute Order No. go-l'`7 1 BY Date �A'107 City Clerk 1 Agreement No. �489 APPROVED TO FORM: 1 By � 1 / City Attorney 1 Date -07• /�- :�-6d� 1 CONTENTS APPROVED: 1 By APLI City Engineer 1 Date •74Z/�7 1 _ A"PROVED BY CITY COUNCIL. City Manage 1 Date C� 1 1 Patencio Lane Drainage Improvements 1 City Project No,06.17,Phase 1 AGREEMENT FORM 4/20107 AGREEMENT AM] BONDS- PAGE G 1 ' Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: I �� �� ,�- - C' Check one: Individual_Partnership Y Corporation Address: c`}��U1D� C PM ylu tc;-n, d^ Sac-r /y ` f 5 By: By: 41 ignature (notarized) Signature (notarized) Name: ' bVp14iyA, 1L/2i/VC I Name: ' Title: t r! S r Y r.i� Title: I (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of C G �fl r/vi rh State of County of p2 'vd " d r_'ss County of F-ss On la / s- r�o r� On ' before me, �.n�[2vu� U 1 C y"e before me, personally appeared r i cU A-w�L—t=10-v cpersonally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the ' basis of satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within whose name(s) is/are subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their ' signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted, executed the instrument, executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: ( t Notary Signature: Notary Seal: Notary Seal: ENA IENNI ' COMM. xt567669 x a Notary Public-Calitorrua w x Riverside County o M em n.Ex Tres !.9 2009 Patencio Lane Drainage Improvements AGREEMENT FORM City Project No.06.17,Phase 1 4120107 AGREEMENT AND BONDS-PAGE 4 1 CITY OF PALM SPRINGS, CALIFORNIA ' PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL., CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: ' PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06 -- 17 (Phase 1) IN THE CITY OF PALM SPRINGS April, 2007 1 OF PALM S 1 � pfP 1 U cn * ��o ,4' arORAYEV lb 1 David J. Barakian, P.E., City Engineer ' Bids Open_ May 22, 2007 Dated: April 20, 2007 1 CITY PROJECT NO. 06 - 17 (Phase 1 ) ■ The Special Provisions contained herein have ■ been prepared by, or under the direct supervision of, the following Registered Civil Engineer: VFLOFESS'ON44 o: * xp. —31-200 Exp. 3-31-2D09 Sp I V t%- QTE OF CAGT�� DATE: �g Q Steven D. Speer. P.E. SPEER Civil Civil Engineer C 38790 1 t Approved by: David J. Barakian, RE. City Engineer Civil Engineer C 28931 1 Patencio Lane Drainage Improvements City Protect No.06.17,Phase 1 SIGNATURE PAGE 4/20/07 1 NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART 1 -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids IInstructions to Bidders Bid Forms Bid (Proposal) Bid Schedule I List of Subcontractors Non-collusion Affidavit Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols I Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" Miscellaneous Drawings Standard Drawings Vendor Drawings 1 Patencio Lane Drainage Improvements I City Project No.06.17,Phase 1 SPECIAL PROVISIONS 4/20/07 GENERAL. CONTENTS- PAGE 1 1 CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT 1 1 ' PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 ' (PHASE 1) Notice Inviting Bids ' Instructions to Bidders Bid Forms ' Bid (Proposal) Bid Schedule List of Subcontractors ' Non-Collusion Affidavit Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form ' Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance 1 Patendo Lane Drainage Improvements City Project No.00-17, Phase 1 PART 1 CONTENTS 4/20/07 PAGE 1 1 ' CITY OF PALM SPRINGS NOTICE INVITING BIDS ' Patencio Lane Drainage Improvements City Project No. 06-17 (Phase 1) ' N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Patencio Lane Drainage Improvements will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 2.00 P.M. on May 22, 2007, at which time they will ' be opened and read aloud_ N-2 DESCRIPTION OF THE WORK: The Work comprises the removal and re-construction ' of asphalt concrete pavement, Portland cement concrete curb, gutter, catch basin, storm drain improvements, and associated work on Patencio Lane, extending to South Monte Vista Drive, in Section 15, Township 4 South, Range 4 East, in Palm Springs, California. 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 bands and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C-12 Contractor license at the time of submitting bids. ' N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage ' rates at the project site. N-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 Cade. Patendo Lana Orainagc Improvements ' City Projeet No.06.17,Phase 1 NOTICE INVITING BIOS 4120/07 PAGE 1 N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City ' Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $50.00 per set, and ' are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. (c) An additional fee of $25.00 will be charged for sets of documents sent by UPS ground delivery, Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. ' N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the ' Department of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. ' BY ORDER OF THE CITY OF PALM SPRINGS ' Date L2O- 7 ' By aL David J. Barakian, PE ' Director of Public Works/City Engineer 1 1 1 Patencio Lane Drainage Improvements ' City Project No.06.17,Phase 1 NOTICE INVITING SIDS 4/20107 PAGE 2 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice ' Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible ' Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience ' as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. ' 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. ' 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work, consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with nontechnical 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. 1 (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 ' Palencio Lane Drainage Improvements INSTRUCTIONS TO City Project No.06-17,Phase 1 BIDDERS-PAGE 1 4/20/07 1 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. 1 (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical ' conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with ' the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder ' access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former ' condition upon completion of such exploration. ' (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and ' access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless ' otherwise provided in the Contract Documents- (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of ' construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to ' the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. ' 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the ' Patenoo Lane Drainage Improvements INSTRUCTIONS TO City Project No,00-17, Phase 1 BIDDERS-PAGE Z 4/20/07 1 City and will furnish the necessary insurance certificates, Payment Bond, and ' Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as ' the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. ' 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in ' making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany_ ' 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. ' Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid ' Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL. OF BIDS - The Bids shall be delivered by the time and to the place ' stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. ' 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the ' unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound ' by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. ' 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not ' expressly or by implication agree that the actual amount of work or material will correspond therewith_ ' Patendo Lane Drainage Improvements INSTRUCTIONS TO City Project No.06.17 Phase 1 BIDDERS. PAGE 3 4/20/07 ' (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL, OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without ' interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids ' or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as ' set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any ' application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. ' 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17, EXECUTION OF AGREEMENT - The Bidder to whom award is made shall ' execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and Forfeiture of the Bid Security. IF the lowest responsive, responsible ' bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the ' Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of ' Patencio Lane Drainage Improvements INSTRUCTIONS TO City Project No.06-17,Phase 9 21%)ERS. PAGE A 4l20107 such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19, LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: ' For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor ' from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in ' which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). ' (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing ' advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. ' (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - 1 1 ' PBtencio Lane Drainage Improvements INSTRUCTIONS TO City Project No.06-17,Phase 1 BIDDERS-PAGE 5 4/20/07 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. Receive° ax SOUTH COAST SURETY Iv V Patcncio Lane Drainage Improvements City Project No.06-17,Phase 1 COVER SHEET 4/20/07 RIC)FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 (Phase 1) Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq-, the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract- Patenci0 Lane Drainage Improvements City Project No.06-17,Phase 1 BID (PROPOSAL) 4120107 BID FORMS• PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Bidder: r o By: I (Signature) Title: d Patendo Lane Drainage Improvements City Project No-00-17.Phase 1 BID (PROPOSAL) 4120/07 810 FORMS• PAGE 3 BID SCHEDULE Schedule of Prices for the Construction of the: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 PHASE 1 Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization L5 li,20000 2• Traffic Control - -- LS $ ��� ,z,`' V,/ 3. Sheeting, Shoring & Bracing (or LS $ Z� ��� • mU Equivalent Method) 4. Remove Existing A.C. Pavement 2,600 SF $ /' �� $ - - 6c�p_� Y 5. Construct 2'/"A.C. Pavement 2,200 SF $ y $ , 6. Construct 3"A.C. Pavement 200 SF $ G����� $ 00•• � � � / 7 Construct 4" Crushed Miscellaneous 2,200 SF $ -✓' $ J Base g 8 Construct Type A1-6 Curb (Variable 80 LF $ ' � $ G Height) cp / 9• Construct Type 132 Cross Gutter 80 LF 10. Construct Storm Drain Catch Basin 1 $ y Oc� $ pc� (Detail 9, Sheet 3) 11 Construct Storm Drain Parkway 1 EA $ Manhole (Detail 12, Sheet 3) 12 Construct Storm Drain outlet Structure 1 EA $ 3,�.ry $ (Detail 13, Sheet 3) f 13. Install 12" Storm Drain 130 LF $ f� �� $ j�- ✓ 14. Install 8" Storm Drain 10 LF $ $ �U TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Price in figures) I �� .--✓ �'tf�t�L��-illLi ILLI/K tJv '�.?C�� �i�.t. fl�i � . C1�1c . :s G'b� Price in words d1 tT- Name of Bidder or Firm Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 UNIT PRICE BID SCHEDULE 4/20/07 BID FORMS-PAGE 4 QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and-shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm Patenoio Lane Drainage Improvemenls City Project No.06-17,Phase 1 UNIT PRICE BID SCHEDULE 4/20/07 BID rORMS-PAGE 5 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. 4. 5. 6. 7. 8. Patencio Lane Drainage Improvements City Project No.06.17,Phase 1 LIST OF 5UBCONTRACTORS 4/20/07 BID FORMS-PAGE 6 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of t I, 0' u/ `�f ��'� ' being first duly sworn, deposes and says that he or she is _ Fyn ,f'rd. 4- of d /,g--kr V�'( , the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else'to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder 9t Title Organization Address 9 �5 7J 5 - 5 � //C/ - 3 1�7 L2 Patencio Lane Drainage Improvements City Protect No.06-17,Phase 1 NON-COLLUSION AFFIDAVIT 4120107 BID FORMS-PAGE 7 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: X. 7- k,,'o 2. CONTRACTOR'S Telephone Number: ( qP� ) Facsimile Number: ( �y(} _ Z,r;p,G 3. CONTRACTOR'S License: Primary Classification j'`-5 State License Number(s) V— 6 r7—'� Supplemental License Classifications �r 4. Surety Company a/nd Agent who will provide the required Bonds on this Contract: Name of Surety c� �' � dy ' ✓sf '�� ��'l cyI i Address /� 7 Surety Company C 57'S Telephone Numbers: Agent oq�) 36/i69'?Surety ( ) of 5. Type of Firm (Individual, Partnership or Corporation): r'2 6. Corporation organized under the laws of the State of. v 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: �, t q ,� raj e/�- �1�- r !�✓;��"=['r r�/d��� 10�./_.Gi. y Patencto Lane Drainage Improvements City Project No.06.17,Phase 1 BIDDER'S GENERAL INFORMATION 4/20107 BID FORMS- PAGE 9 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at left three related,projects completed to date: �j 1 ' _ a. � " Towner �0 ., ----�" 5gddress Y Contact Y .+e/+o S Class of Work dc1z ;ru os-� G •�� Phone 07�60 Contract Amount 7C� Project Date Completed a— c� Contact Person Telephone number b. Owner, 5'4/Lr.G Rs Address Contact Class of Work ,r�Z Z�7Nr-7 v •z_ f�_. y Phone C Contract Amount -�z 7 00 Project ! Date Completed _ — a Contact Person Telephone number �.S If C. Owner VA, 2�. ; cr -'/�z�Address G/ - /. f /•h� c.� Contact � � ��� Class of Work_ Phone _ W S 0 ✓ Contract Amount /• el Project Date Completed 5�` /L— Contact Person A9f /a`�c., Telephone number `r' -G 10. List the name and title of the person who will supervise full-time the proposed work foryourfirm: r2 -1v as 1'9-�G�E 11. Is full-time supervisor an employee } contract services 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 BIDDER'S GENERAL INFORMATION 4120107 BID FORMS- PAGE 10 1 1 BID DOCUMENTS 1 Only the following listed documents, identified in the lower right corner as "Bid 1 Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. 1 Bid (Proposal) 1 Bid Schedule(s) List of Subcontractors 1 Non-collusion Affidavit 1 Bid Bond (Bid Security Form) Bidder's General Information 1 Failure of a Bidder to fully execute and submit all of the listed documents with the 1 Bid will render a Bid as non-responsive and subject to rejection. 1 1 1 1 1 1 1 Patencio Lane Drainage Improvements City Project No,06.17, Phase 1 COVER SHEET 1 4120/07 BID FORMS-PAGE 1 BID ' BID TO: CITY OF PALM SPRINGS, CALIFORNIA ' The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 ' (Phase 1) Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. ' This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date ' Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, ' and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. ' In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every ' employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. 1 1 Patencio Lane Drainage Improvements City Project No.06-17.Phase 1 BID (PROPOSAL) 4/20/07 SID FORMS-PAGE 2 1 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion 1 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 1 Schedule(s). 1 1 Bidder: 1 By: (Signature) 1 Title: 1 1 1 1 1 1 1 1 1 1 Patencio Lane Drainage Improvements 1 city Project No.06-17,Phase 1 BID (PROPOSAL) 4120/07 BID FORMS• PAGE 3 1 BID SCHEDULE Schedule of Prices for the Construction of the: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 PHASE 1 Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization --- LS 1 500 00 2. Traffic Control --- LS $ 3 Sheeting, Shoring & Bracing (or LS $ Equivalent Method) 4. Remove Existing A-C. Pavement 2,600 SF $ $ 5- Construct 2'/z°A.C. Pavement 2,200 SF $ $ ' 6. Construct 3"A.C. Pavement 200 SF $ $ 7 Construct 4" Crushed Miscellaneous 2,200 SF $ $ Base 8 Construct Type Al-6 Curb (Variable 80 LF $ $ Height) 9• Construct Type B2 Cross Gutter 80 LF $ $ 10 Construct Storm Drain Catch Basin 1 EA $ $ (Detail 9, Sheet 3) ' 11 Construct Storm Drain Parkway 1 EA $ $ Manhole (Detail 12, Sheet 3) ' 12 Construct Storm Drain Outlet Structure 1 tom, $ $ (Detail 13, Sheet 3) 13. Install 12" Storm Drain 130 LF $ $ 14. Install 8" Storm Drain 10 LF $ $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE: ' (Price in figures) Price in words ' Name of Bidder or Firm Patenoio Lane Drainage Improvements ' Clry Project No-06.17, Phase 1 UNIT PRICE BID SCHEDULE 4/20/07 BID FORMS-PAGE 4 ' QUANTITIES OF WORK: ' The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not ' expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. 1 Name of Bidder or Firm 1 1 11 1 1 1 Patendo Lane Drainage Improvements City Pro/eot No,06-17,Phase 1 UNIT PRICE BID SCHEDULE 4/20/07 BID FORMS- PAGE 5 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS ' As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total ' Work to be Performed Number Contract Subcontractor's Name&Address 1. ' 2. ' 3. 4. 5. ' 6. 1 7 - - 1 8. 1 1 Patcncio Lane Drainage Improvements City Project No.06-17,Phase 1 LIST OF SUBCONTRACTORS 4120107 BID FORMS-PAGE 6 ' NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER ' AND SUBMITTED WITH BID State of California ) ss. County of ) ' I, being first duly sworn, deposes and says that he or she is of ' the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, ' conspired, connived, or agreed with any Bidder or anyone else'to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or ' indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee ' to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. ' Bidder ' By Title Organization ' Address 1 1 Patoncio Lane Drainage Improvements City Project No.06.17,Phase 1 NON-COLLUSION AFFIDAVIT 4120107 BID FORMS-PAGE 7 1 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: ' (not less than 10 percent of the total amount of the bid) 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 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: PATENCIO LANE DRAINAGE IMPROVEMENTS ' CITY PROJECT NO. 06-17 (PHASE 1) 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. tSIGNED AND SEALED, this day of 200_. PRINCIPAL` Check one: individual,`partnership, corporation (Corporations require two signatures; one from each of the Following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) ' Print Name and Title: ' By By signature signature (NOTARIZED) (NOTARIZED) ' Print Name and Title: Print Name and Title: Patendo Lane Drainage Improvements Cdy Project No,06-17,Phase 1 BID SON❑ (BID SECURITY FORM) 4120/07 BID FORMS- PAGE 8 ' BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. ' 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number_ ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications ' 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety ' Address Surety Company ' Telephone Numbers: Agent ( ) Surety( ) ' 5. Type of Firm (Individual, Partnership or Corporation): ' 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: 1 ' Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 BIDDER'S GENERAI, INFORMATION 4/20/07 BID FORMS-PAGE 9 BIDDER'S GENERAL INFORMATION (Continued) ' 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed ' Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount ' Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount ' Project Date Completed Contact Person Telephone number ' 10. List the name and title of the person who will supervise full-time the proposed work for yourfirm: 11. Is full-time supervisor an employee contract services ? ' 12. A financial statement or other information and references sufficiently ' comprehensive to permit an appraisal of your current financial condition may be required by the Engineer, PatenCio Lane Drainage Improvements City Project No,06-17, Ph25e 1 SIODER'S GENERAL INFORMATION ' 4120107 RID FORMS-PAGE 10 1 ' AGREEMENT ' THIS AGREEMENT made this ^ day of in the year 200_, by and between the City of Palm Springs, a California charter city, organized and existing ' in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and ' hereinafter designated as the Contractor. ' The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ' ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid ' Schedule(s) of the City's Contract Documents entitled: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 (PHASE 1) The Work is generally described as follows: ' Removal and re-construction of asphalt concrete pavement, Portland cement concrete curb, gutter, catch basin, storm drain improvements, and associated work on Patencio Lane, extending to South Monte Vista Drive, in Section 15, Township 4 South, Range 4 last, in Palm Springs, California ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the 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$220,00 for each calendar day that expires after the time specified in Article 2, herein. Patencio Lane Drainage Improvements ' City Project No.06-17 Phase 1 AGREEMENT FORM 4120/07 AGREEMENT AND BONDS- PAGE 1 ' ARTICLE 3 -- CONTRACT PRICE ' The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ' ARTICLE 5 -- PAYMENT PROCEDURES ' The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ' ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the ' individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice- ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and 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 became 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. 1 Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 AGREEMENT FORM 4120107 AGREEMENT AND 80NO5- PAGE 2 1 ' 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: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Minute Order No, 1 By Date City Clerk Agreement No. APPROVED AS TO FORM: 1 By ' City Attorney Date CONTENTS APPROVED: By City Engineer Date By City Manager Date 1 Patencio Lane Drainage Improvements ' City Project No.06.17, Phase 1 AGREEMENT FORM 4120107 AGREEMENT AND BONDS- PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: By: By: 1 Signature (notarized) Signature (notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of County of nsS County of r-ss On On before me, before me, personally appeared personally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the basis of Satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) iS/are subscribed to the within whose name(s) Ware subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted, executed the instrument. executed the instrument. ' WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: Patencio Lane Drainage Improvements AGREEMENT FORM City Project No.06-17.Phase 1 AGREEMENT AND BONDS- PAGE 4 4120/07 1 1 1 1 1 1 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) ' I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's ' compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. 1 ' Contractor ' SY Title 1 1 1 1 Patencio Lane Drainage Improvements City Project No,06-17, Phase 1 WORKER'S COMPENSATION CERTIFICATE 4120/07 AGREEMENT AND BONDS- PAGE 5 1 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, ' are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. ' WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 (PHASE 1) ' NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this _day of 200_ ' CONTRACTOR: Check one: individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, ' President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: ' signature (NOTARIZED) Print Name and Title: 1 By By signature Signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: Patencio Lane Drainage Improvements ' City Project No,06-17,Phase 1 PERFORMANCE BOND 4/20107 AGREEMENT AND BONDS- PAGE 6 1 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, ' That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: ' dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 (PHASE 1) ' NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or ' other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment ' Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be ' executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the ' benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. ' PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any ' extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. ' SIGNED AND SEALED, this_day of 200 . Patencio Lane Drainage Improvements PAYMENT BONE) Project No.00-17, Phase 1 4/20/07 AGREEMENT AND BONDS- PAGE 7 ' CONTRACTOR: Check one:_individual,_partnership, _corporation ' (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). ' By SURETY: signature (NOTARIZED) ' Print Name and Title: ' By By ' signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 1 1 1 1 1 1 Patencio Lane Drainage Improvements PAYMENT BOND City Protect No.06.17,Phase 1 4120/07 AGREEMENT AND BONDS• PAGE 8 ' 1 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B ' C TYPE OF WORN PERFORMED AND LOCATION ' YeX TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000) ' EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: BODILY INJURY § ❑ EXPLOSION AND COLIAPSL PROPERTY pPMACE s a UNDERGROUND DAMAGE w ' ❑ PRODUCTSICOMPLETED OPERATIONS BODILY INJURY AND ❑ CONTRACTUAL INSURANCE PROPERTY DAMAGE COMBINED $ 5 r❑'I BROAD FORM PROPERTY DAMAGE LJ INDEPENDENT CONTRACTORS ❑ PER$ONAILINJURY PERSONAL INJURY S ' COMPREHENSIVE AUTOMOBILE 9DDILY INJURY LIABILITY EACH PERSON EACH ACCIDENT Including L OWNED PROPERTY DAMAGE ' or ❑ HIRED )INDICT INJURY ❑ NON-OWNED AND PROPERTY ' ❑ MO fOR CARRIER ACT DAMAGE COMBINED 5 EXCESS LIABILITY BODILY INJURY AND PROPERTY IIn^cluMPL DAMAGE COMBINED 5 L EMPLOYERS L=MPLOVERSLIABILITY ' WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Inolydmg; EL $ ([ALIT ACCIDENT) U LHARADRONG SI ORKEREMENS AND WARBDR WORKER$ OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS The undiumignod certifies that he or she,s the representative of the above-named,m.umncc companies that he or she his the authority to execute and Issue this ccrylopto ' to Cer6feotc Holder,and accordingly does hereby certify on behalf Of sold Insurenoc companles that p011cies of insumncc listed above have been Issued to the Insured named above and are In force at this time. NCIWdh-Wnding any requirement term ar cunddion of any contract 01 other document with respect to whleh this eedlfcale may by Issued or may portnm the Insurance afforded by the peLcler described herein is subject to at the terms OXCIUSlen$ and conditions of such POIICIes. Copies Of the pollcles shown will be furnished to the Coglf talc Holder upon request. ' This CcrtlAcele does not amend extend,or alter the coverage afforded by the policies listed Cancellation Should any of the above described policies be parcelled bolero the oxplrallon date tl areol the issuing company will Inad 30 days written notice to the below- named cerllfcate holder: ' NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY .w.,,.,.,,,,., ,wrxarrveo,ix^ry ry�oolnu�Ica.,rrdlaa�.:,. Patendo Lane Drainage Improvements City Project No.06.17,Phase 1 CERTIFICATE OF INSURANCE 4120107 AGREEMENT AND BONDS• PAGE 9 1 1 1 1 1 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT ' PART II -- SPECIAL PROVISIONS PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO, 06-17 (PHASE 1) Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details 1 ' fF W fF W 1 ' Patenclo Lane Drainage Improvements City Project No.06-17,Phase 1 PART II -•SPECIAL PROVISIONS 4120/07 GENERAL CONTENTS • PAGE 1 1 1 ' CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 ' (PHASE 1) SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS ' 1-1 GENERAL ' 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2006 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works Construction ("Green book"), 2006 Edition, as previously specified in the above paragraph. 1-2 LEGAL ADDRESS ' 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 Legal Address of the Engineer. -The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Public Works and Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 East Patencio Lane Drainage Improvements TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS City Project No.46-17,Phase 1 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 ' aj20107 Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS ' 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the ' County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, , California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069,85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the ' time allowed in the Special Provisions, Standard Plans - The Standard Drawings and the Special Drawings of the City of ' Palm Springs. Owner- The Owner shall be the Agency, as defined above. Working Day-A Working Day is defined as any day, except as follows: , (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day (January 1) Martin Luther King Jr. Day(Third Monday in January) Lincoln's Birthday (February 12) i President's Day (Third Monday in February) Memorial Day (Last Monday in May) Independence Day (July 4) Labor Day (First Monday in September) Veteran's Day (November 11) Thanksgiving Day (Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day (December 24) Christmas Day(December 25) When a designated holiday falls on a 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. Patencio Lane Drainage Improvements TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS City Project No.06.17,Phase 1 SPECIAL PROVISIONS- SECTION 1 -PAGE 2 4120/07 ' (b) pays on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on ' the controlling operation or operations. - END OF SECTION - 1 1 1 1 1 1 1 1 ' Patenco Lane Drainage Improvements TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS City Project No.06-17.Phase 1 4/20/07 SPECIAL PROVISIONS• SECTION 7 - PAGE 3 SECTION 2 -- SCOPE AND CONTROL OF WORK ' 2-1 GENERAL Particular attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work," Section 6 7, "Time of Completion," and Section 6-9, , "Liquidated Damages" of the Standard Specifications. After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. Said Work shall be diligently prosecuted to completion before the expiration of: 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. ' Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements associated with ordering long lead-time items. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day's ' delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: ' "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes ' or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." ' 2-2.2 EXECUTION OF BONDS Bands shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) 1 one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. Patencio Lane Drainage Improvements SCOPE AND CONTROL OF WORK City Project No. 06t17,Phase 1 SPECIAL PROVISIONS- SECTION 2- PAGE 1 4l20/07 ' ' 2-3 PRECEDENCE OF CONTRACT DOCUMENTS ' The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: ' In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1- Change Orders or Work Change Directives 2. Agreement 3. Addenda ' A. Contractor's Bid (Bid Forms) 5. Special Provisions ' 6. Notice Inviting Bids 7, Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: ' 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4, Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings ' 2-4 SUBSURFACE DATA ' Section 2-7 of the Standard Specifications shall be revised to read as follows: "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the ' general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: ' 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractors purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures Palencio Lane Drainage Improvements SCOPE AND CONTROL OF WORK City Project No.06-17, Phase 1 4/20/07 SPECIAL PROVISIONS •SECTION 2- PAGE- 2 ' of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, 1 opinions, and information contained in such reports or shown or indicated in such drawings, or ' 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information-" 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY ' Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. ' 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor's responsibility to protect all the existing survey monuments, ' bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, ' for the existing type of monument in question at the Contractor's expense. A survey monument exists within the area of work. The existing monument will be disturbed due to construction. The Contractor shall replace the monument and install a monument well in accordance with City of Palm Springs Standard Drawing No. 100 and have its Surveyor file a Corner Record in accordance with applicable law. Contractor ' shall notify the Engineer 72 hours in advance of disturbing existing monumentation. Payment for resetting of the existing survey monument, installation of monument well, and filing a Corner Record by the Contractor's Surveyor shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. ' 2-7 SURVEYING The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications. No direct ' payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract- The Contractor must give weekly copies or all survey notes to the Engineer so that the ' Engineer may check them as to accuracy and method of staking- All areas that are staked by the Contractor must be checked and approved by the Engineer prior to ' Patendo Lane Drainage Improvements SCOPE AND CONTROL OF WORK city Project No-06.17,Phase 1 SPECIAL PROVISIONS- SECTION 2 - PAGE 3 4/20/07 1 ' beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, ' his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and corner record filing, as required by the Engineer or his representative. Special Note: The City, in its design of the Project, established survey control from a temporary bench mark within the Project Area. The temporary bench mark is the existing top of sewer manhole at the east end of West Patencio Lane, at an elevation of ' 476.40. This sewer manhole is required to be adjusted to grade, to an elevation of 475.81. It shall be the Contractor's responsibility, through its construction surveyor, to appropriately identify a new temporary bench mark established from the City's temporary bench mark, prior to the disturbance the existing sewer manhole within the Project Area. ' Payment for any and all construction surveying required by this Project, by the Contractor's Surveyor, shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. 2-8 AUTHORITY OF THE ENGINEER ' The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. ' 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during ' construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall ' be subject to the Engineer's inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 SITE EXAMINATION 1 Patencio lane Drainage Improvements SCOPE AND CONTROL OF WORK City Protect No.06-17,Phase 1 4/20/07 SPECIAL PROVISIONS- SECTION 2-PAGE 4 1 The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully , performing the Work according to the Contract Documents. 2-11 FLOW AND ACCEPTANCE OF WATER ' Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby ' acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. ' 2.12 SUBMITTALS The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard Specifications: ' On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will ' serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre- ' construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. ' - END OF SECTION - ' 1 Patencio Lane Drainage Improvements SCOPE AND CONTROL OP WORK City Project No.06-17,Phase 1 SPECIAL PROVISIONS- SECTION 2- PAGE 5 4/20/07 ' 1 SECTION 3 -- CHANGES IN WORK ' 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3.2.3 of the 2003 edition shall be deleted in its entirety and the fallowing substituted therefor: ' 3-213AYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows: ' (a) Work by Contractor. The following percentages shall be added to the Contractors costs and shall constitute the markup for all overhead and profit. ' 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent ' 4) Other items and expenditures 15 percent 5) Subcontracts (1 st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. ' 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard ' Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event ' of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract ' Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in ' excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a ' unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made ' Patencio Lane Drainage Improvements CHANGES IN WORK City Project No.06.17,Phase 1 SPECIAL PROVISIONS- SECTION 3 - PAGE 1 ' 4/20107 1 as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions. Such adjustment of the Contract Unit Price will be the difference between the ' Contract Unit Price and the actual unit cost, which will be -determined as .hereinafter provided, of the total pay quantity of the item. If the costs applicable ' to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual ' unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the ' Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. When the compensation payable for the number of units of an item of work ' performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to , make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On ' unit price contracts, should the total pay quantity of any item of work required ' under the contract be less than 75 percent of the Engineer's Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, ' payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such ' adjustment as will be as agreed to by the Contractor and the City; provided - however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. ' Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as , hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the ' Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of work will in no case ' exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit ' Price- Patendo Lane Drainage Improvements CHANGES IN WORK City Project No.06-17, Phase 1 SPECIAL PROVISIONS- SECTION 3 • PAGE 2 4120107 ' 1 ' 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, ' should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such ' eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cast to the ' Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for_ ' The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - 1 1 1 Patencio Lone Drainage Improvements City Project No.06-17, Phase 1 CHANGES IN WORK 4120l07 SPECIAL PROVISIONS• SECTION 3 • PAGE 3 SECTION 4 -- CONTROL OF MATERIALS ' 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: ' Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to ' submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one-of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for ' substitution of an "or equal' item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the ' Engineer as per Subsection 4-1.1, above- Data for approval of"or equal' products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed ' substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS ' 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid ' Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor(s) ' that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of Contract. ' - END OF SECTION - 1 Patencio Lane Drainage Improvements CONTROL OF MATERIALS City Project No.06-17,Phase 1 SPECIAL PROVISIONS =SECTION 4-PAGE 1 4/20107 ' SECTION 5 -- UTILITIES ' 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The contract documents shall include provisions to compensate the contractor for the costs ' of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on ' the project necessarily idled during such work. The contract documents shall include provisions that the contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused ' by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein ' shall relieve the public agency from identifying main or trunklines in the plans and specifications. ' Nothing herein shall preclude the public agency from pursuing any appropriate remedy against the utility for delays which are the responsibility of the utility. Nothing herein shall be construed to relieve the utility from any obligation as required either by law or by contract to pay the cost of removal or relocation of existing utility facilities. If the contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the contractor to do such repairs or relocation work at a reasonable price." Palendo Lane Drainage Improvements UTILITIES City Pro/ert No.06-17,Phase 1 SPECIAL PROVISIONS- SECTION 5-PAGE 7 4/20/07 5-2 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the City. The ' Contractor shall verify these locations. During construction of the Work, some of the existing utilities may fall within the prism of trenches. If the existing utility does fall within the Contractor's trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc., shall be per the utility owner's requirements. The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities. Special Note: The Work requires installation of storm drain improvements that ' cross existing utility lines. The Contractor is advised that Time Warner, Southern California Edison, Southern California Gas Co., and Desert Water Agency facilities ' cross within the area of Work. It shall be the Contractor's responsibility to coordinate the support and protection of these facilities as necessary to install , the storm drain improvements. 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800- ' 227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. ' The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. ' All water valve covers, sewer manhole frames and covers and monument wells shall be adjusted.to grade by the Contractor_ All Southern California Edison vaults, Verizon vaults, Southern California Gas Company valve covers, and other subsurface structures shall be relocated or adjusted to grade by the utility companies. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work. - END OF SECTION - Patencio Lane Drainage Improvements UTILITIES ' City Project No.06-17, Phase 1 SPECIAL PROVISIONS-SECTION 5 -PAGE 2 4/20107 1 SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. ' 6-2 TIMES OF OPERATION 6-2.1 Hours of Operation, - It shall be unlawful for any person to operate, permit, ' use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday, with no work allowed on City-observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles 2. Construction Equipment ' 3. Loading and Unloading Vehicles 4- Domestic Power Tools ' 6-2.2 Limitations. - No trench excavation or pipe laying shall be performed on Fridays, weekends, holidays, or the day preceding a holiday without prior approval of the Engineer. Fridays shall be used for cleanup and paving where possible. 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The ' following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 ' Dave Barakian, City Engineer (760) 323-8253 VERIZON ' Attention: Mr. Larry Moore (760) 778-3603 DESERT WATER AGENCY ' Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY ' Attention: Mr. Frank Jasso (760) 202-4278 SOUTHERN CALIFORNIA GAS COMPANY ' Attention: Ken Kennedy (909) 335-7716 Patencio Lane Drainage Improvements PROSECUTION, PROGRESS, City Project No.06-17,Phase 1 AND ACCEPTANCE OF THE WORK 4120107 SPECIAL PROVISIONS- SECTION G - PAGE 1 1 1 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 340-1312 ' WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 ' SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 ' UNDERGROUND SERVICE ALERT (800) 227-2600 1 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. ' - END OF SECTION - 1 1 1 1 Patenvo Lane Drainage Improvements PROSECUTION, PROGRESS, 1 City Project No.06.17,Phase 1 AND ACCEPTANCE OF THE WORK 4/20107 SPECIAL PROVISIONS- SECTION 6 - PAGE 2 1 ' SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR ' 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: ' "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and ' regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or ' tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals ' having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, ' or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 1 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 tabor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. ' The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. ' Patendo Lane Drainage Improvements RE5PONSIHILITIES OF THE CONTRACTOR City Project No.O6-17,Phase 1 SPECIAL PROVISIONS-SECTION 7- PAGE 1 ' 4/20107 1 7-4 Travel and Subsistence Payments. - As required by Section 1773.8 of the ' California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are ' defined in the applicable collective bargaining agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of any craft, ' classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining ' agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call ' for Bids- 7-5 Apprentices on Public Works. - The Contractor shall comply with all applicable ' provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works. 7-6 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, 7-7 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. ' Patencio Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR , City Project No.06-17, Phase 1 SPECIAL PROVISIONS-SECTION 7- PAGE 2 4120107 , ' 7-8 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on ' Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than four (4) feet) below the surface, shall be subject to the following conditions: the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions. ' (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. ' 7-9 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $376,000 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 City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of ' the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. 1 Patencio Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No.06-17,Phase 1 SPECIAL PROVISIONS-SECTION 7 -PAGE 3 4/20/07 If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-10 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully ' with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of ' the Work as set forth in the Contract Documents. 7-11 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules ' and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem ' wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. ' The payroll records, enumerated under paragraph one of this Section 7-11, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis,- 1, A certified copy of an employee's payroll record shall be made available for ' inspection, or furnished to the employee, or his or her authorized representative on request. - Z A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, ' or the Division of Apprenticeship Standards of the California Department of Industrial Relations. 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either ' the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement_ If the requested payroll records have not been provided pursuant to Section 7.11, paragraph 2, ' herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given , access to the records at the principal office of the Contractor. Patencio Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR ' City Project No.06.17,Phase 1 4/20107 SPECIAL PROVISIONS- SECTION 7 - PAGE 4 The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-11, herein, with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon ' request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, ' address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. ' The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-11, paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or ' political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. ' A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee's address and social security number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage ' rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be.responsible for the-submission of copies of ' payrolls from all subcontractors_ If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all ' work performed during the monthly period ending on or before the 1 st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention ' shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. Patenclo Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No.06-17,Phase 1 4120107 SPECIAL PROVISIONS-SECTION 7 , PAGE 5 7-12 INSURANCE AMOUNTS ' Before commencing the Work, the Contractor shall furnish a Certificate of Insurance ' with the following liability limits: $1 Million per Occurrence/$2 Million Aggregate ' 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 form C00001) 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto) ' 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 Farm for the City of Palm Spring s 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)_ PatenCio Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR City Projeet No.06-17, Phase 1 SPECIAL PROVISIONS • SECTION 7 - PAGE 6 4/20107 ' 1 ' 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 below. 1 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. 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. 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 ENDEA-VOR TO MAIL 30 ' DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN ,SH°I-Il= IMPnC�vBLAG,^TInAI no I I I AI rLITV-ram-=OF AN ' I '— IJFQN THE IPd��' E TS- AGENTTS OR E--RE *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." Patencio Lane Dramacoe Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No.06-17,Phase 1 4/20/07 SPECIAL PROVISIONS-SECTION 7 = PAGE 7 1 7-13 PERMITS ' 7-13.1 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. 7-13.2 City of Palm Springs Construction Permit. The Contractor shall be required to ' obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer- 7-13.3 Cal-OSHA Excavation Permit, The Contractor shall obtain an excavation ' permit from the State of California Department of Industrial Relations, Division of Occupational Safety & Health, pursuant to Section 6500 et seq of the California Labor ' Code and pay all fees associated with said permit. By the act of submitting a proposal for the work included in this contract, the Contractor shall be deemed to have acquired said permit. ' 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 dust nuisance, as required in Section 7-16 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor's bid- Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. ' 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 Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of ' Patenoio Lane Drainage Improvements RESPONSI5ILITIES OF THE CONTRACTOR City Projeet No,00-17,Phase 1 SPECIAL PROVISIONS- SECTION 7- PAGE S 4/2ora7 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 rp oject, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer. The Contractor shall complete and submit a City of Palm Springs Fugitive Dust (PM-10) Control Plan, for review and approval by the City Engineer, at the Pre-Construction Conference. 7-15.2 Dust Control Sign Requirements ' 7-15.2.1 Sign Materials and Fabrication. - The Contractor shall construct, erect, and maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the Contractor shall maintain the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. The sign board shall be minimum 8-feet wide by 5-feet high, constructed as follows: a. 1" High Density Overlay exterior type plywood, Grade designation APA HDO EXT. b. Two (2) 4" x 4" post securely buried not less than 24 inches into the ground. No ' concrete shall be used to secure the sign posts. The posts shall be treated with linseed replacement oil tinted with redwood stain, c. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post. ' d. The front surface of the sign should be painted in the contrasting colors of a white background with black lettering. All paint shall be weather-proof non fading enamel. e. Commercially prepared metal signs mounted on steel posts are also acoeptable- No handwritten signs will be accepted. Stenciled or professionally prepared signs are required. 7-15.2.2 Sign Installation. — The sign shall be installed such that members of the ' public can easily view, access, and read the sing at all times and shall be located along the street frontage such that it will not be subject to damage from equipment or vehicles working at the project site_ Additionally: a. The lower edge of the sign shall be mounted a minimum of 6 feet and a maximum of 7 feet above existing ground level for easy viewing. b. On the construction site the sign should be positioned so as to be visible from all major streets. Patencio Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No 06-17, Phase 1 SPECIAL PROVISIONS-SECTION 7 , PAGE 9 1 4/20/07 1 c. For construction projects that are developed in phases, the sign should be relocated to the areas which are under active construction. 7-15.2.3 Sign Lettering. - The sign shall contain the following words in the top portion ' of the sign in minimum 3" high, bold face type letters: Project Name: Patencio Lane Drainage Improvements Contractor: City Project No: 06-17 (Phase 1) TO REPORT BLOWING DUST FROM THIS PROJECT CALL: The sign shall contain the following words in the largest, minimum 4", bold face type letters: (NAME) , (XXX) XXX-XXXX The Contractor shall provide its Superintendent's or Project Manager's 24 hour i telephone number. Underneath in 2'/" bold face type letters shall be the following words: If you do not get a response within one hour., please call: ' 8:00 a.m.-5:00 p.m. Monday through Friday: (760) 323-8253 Palm Springs Public Works and Engineering Department After hours or weekends: ' (760) 323-8115 Palm Springs Police Department Or call A.Q.M.D.: 1-800-288-7664 The sign planning, appearance, and layout shall conform to the exhibit included in the 1 Appendix, and shall be subject to the approval of the Engineer. The sign shall be placed into its final position as a part of the work of Initial Mobilization, as specified in ' Section 9. 7-15.2.4 Sign Maintenance. — Dust Control Sign shall be maintained in good condition by the Contractor at all times during the entire contract. In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or , maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. 7-15.2.5 Payment. - Full compensation for providing 24 hour dust control and project , maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for t mobilization, and no additional compensation will be allowed therefore- - END OF SECTION - Patencio Lane Drainage Improvements RESPONSIBILITIES OF THE CONTRACTOR City Prefect No.06-17 Phase 1 SPECIAL PROVISIONS- SECTION 7 • PAGE 10 4/20/07 1 1 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) END OF SECTION - 1 1 1 1 1 1 1 1 Pa[encio Lane Drainage Improvements FACILITIES FOR AGENCY PERSONNEL Cary Project No,OCr'17,Phase 7 4/201a7 SPECIAL PROVISIONS• SECTION 8- PAGE 7 ' 1 SECTION 9 - MEASUREMENT AND PAYMENT ' 9-1 GENERAL ' 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further specified herein, shall include all compensation to be received by the Contractor for ' furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions ' for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having ' jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA). ' No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefore shall be included in the prices named in the Bid Sheet(s)for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment ' accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated ' statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests ' shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien ' for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section ' 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. ' 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefor: ' At the expiration of 35 days after acceptance of the Work by the City, or as prescribed by law, the amount deducted from the final estimate and retained by the , Patencio Lane Drainage Improvements MEASUREMENT AND PAYMENT City Project No 06-17, Phase 1 SPECIAL PROVISIONS- SECTION 9 -PAGE 1 4120/07 , 1 City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop ' payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - Ail pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated ' as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be ' based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 10 days following the Notice to Proceed. ' Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other ' construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: ' 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. ' 2. Providing temporary construction power, wiring, and lighting facilities per Paragraph 7-8.5, "Temporary Light, Power, and Water" of the Standard Specifications and these Special Provisions. 1 1 Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4, "Sanitation" of the Standard ' Specifications- 4- Obtaining and paying for all required bonds, insurance, and permits- ' 5. Posting all OSHA-required notices, and establishment of OSHA- approved safety programs. Patencio Lane Drainage Improvements MEASUREMENT AND PAYMENT City Project No.06-17. Phase 1 SPECIAL PROVISIONS-SECTION 9 -PAGE 2 4/20/07 1 fi_ Having the Contractor's superintendent at the job site full-time. ' 7. Submitting the required Construction Schedule, as specified in the ' Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5.3, "Shop Drawings and Submittals" of the Standard Specifications. ' No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. ' The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for ' failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. - END OF SECTION - 1 1 Patencio Lane Drainage Improvements MEASUREMENT AND PAYMENT City Project No-06.17.Phase 1 4/20/07 SPECIAL PROVISIONS-SECTION 9 - PAGE 3 ' 1 SECTION 10 -- CONSTRUCTION DETAILS ' 10-1 GENERAL The work is located in Palm Springs, California, at the following location: ' On West Patencio Lane between South Patencio Road and South Monte Vista Drive, and traversing through a drainage easement extending ' across a vacant lot east of West Patencio Lane (identified by APN 513- 193-008). Please refer to the project plans for specific location details. 10-1.1 Order of Work. - Order of work shall conform to the Standard Specifications and these Special Provisions. ' The first order of work shall be: 1 . The Contractor shall propose an order of work for the proposed storm drain and ' pavement reconstruction work in its Construction Schedule submittal. 2. Prior to commencing work, the Contractor shall perform the necessary written noticing of residents as specified in these Special Provisions. 3. Proceed with the work in accordance with the Construction Schedule as approved ' or amended by the Engineer. 10-1.2 Restrictions. ' City has acquired a right of entry from the owner of the vacant lot located between West Patencio Lane and South Monte Vista Drive (identified by APN 513-193-008) ' to accommodate construction activity that exceeds the boundary of the City's drainage easement (See Appendix for easement exhibit). Contractor shall use due care and caution when work activity requires access onto portions of the vacant lot ' located outside of the City's existing drainage easement. Contractor shall restore all disturbed areas to equal or better condition than found prior to commencement of ' Work. 10-1.3 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record ' construction including: 1 . Measured depths of elements in relation to fixed datum points. ' Patencio Lane Drainage Improvements City Project No.06-17, Phase 1 CONSTRUCTION DETAILS 4/20/07 SPECIAL PROVISIONS-SECTION 10- PAGE 1 1 2. Measured horizontal and vertical locations of underground utilities and ' appurtenances with reference to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in 1 construction with reference to visible and accessible features of construction. 4. Field changes of dimensions, locations and/or materials with details as required to 1 clearly delineate the modifications. 5. Any details not in the original Construction Plans developed by the City ' throughout construction necessary to clarify or modify the Construction Plans. The Contractor shall maintain all record information daily and make this information ' available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. 10-2 TRAFFIC CONTROL ' 10-2.1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety," of the Standard Specifications. , 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition, 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added ' at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2.3 Construction Signing, - Lighting and Barricading -- Construction signing, 1 lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with Part 6 of the 2003 MUTC❑ and Part 6 of the 2004 MUTCD CA supplement, T11, T12, and T13, of the May 2006 State Standard Plans shall be used as applicable, or subsequent editions in force at the ' time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. ' 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs , shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs ' and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. Patencio Lane Drainage Improvements City Project No.06-17, Phase 1 CONSTRUCTION DETAILS 4/20107 SPECIAL PROVISIONS-SECTION 10- PAGE 2 ' 1 ' 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties. ' 10-2.6 Traffic Disruptions. - For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least seven (7) calendar days prior to the commencement of construction. 10-2.7 Allowable Lane Closures - Contractor may close one lane each on South Monte Vista Drive and on West Patencio Lane during daytime work hours subject to the lane closure requirements in Part 6 of the 2003 MUTCD, and Part 6 of the 2004 MUTCD CA supplement, and T73 of the May 2006 State Standard Plans. City ' Bngineer approval for lane closure shall be required prior to implementation. For all lane closures on two-lane roadways, flaggers shall be utilized to ensure the safe flow of traffic at around the Work area, 10-2.8 Travel Lanes. — In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times, unless otherwise allowed by Section 10-2.7 above. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic. This work shall be included in the lump sum Bid Item price ' for "Traffic Control", in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2.9 Detours. — No detours are required, nor will be approved, for this project. 10-2.10 Traffic Access and Control. - The Contractor shall provide and maintain all ' necessary traffic control to protect and guide traffic around all work in the construction zone. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement ' any other traffic control requirements of the City, and are not intended to replace any part of these requirements. Local access shall be maintained to all properties ' fronting the Work at all times. 10-2.11 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner(s). The Contractor shall also be responsible for ensuring that appropriate United State Postal Service access is ' maintained to homes on West Patencio Lane, throughout the duration of the Work. 10-2.12 Pedestrians. - The Contractor shall erect signs and barricades to direct ' pedestrians through or around the construction zone. These signs and barricades Patencio Lane Drainage Improvements City Project No,06-17,Phase 1 4l20l07 CONSTRUCTION DETAILS ' SPECIAL PROVISIONS• SECTION 10- PAGE 3 shall be an integral part of the Contract, and shall be included as part of the lump ' sum Bid Item for "Traffic Control", in the Bid Schedule, and no additional compensation will be allowed therefore. ' 10-2.13 Public Safety During Non-Working Hours. - Notwith-standing the Contractor's primary responsibility for safety at the site of the Work when the ' Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such ' procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-2.14 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions. ' Payment for traffic control shall be considered as included in the lump sum price bid For "Traffic Control", and no additional compensation shall be allowed therefore. ' 10-3 EARTHWORK 10-3.1 Clearing and Grubbing. - All clearing and grubbing shall conform to Sections , 300-1 .1, 300-1 .2, and 300-1 .3 of the Standard Specifications. Clearing and grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. , 10-3.1 .1 Existing Facilities. - The Contractor is responsible for protecting all existing improvements not designated for removal. If the Contractor removes or damages ' any existing improvement such as, but not limited to: sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, shrubs, hedges, fences, walls, signs, ' water valves, irrigation system components and associated electrical service, et cetera, that is not designated for removal as part of the Contract, the repair or replacement of the damaged improvement shall be at least equal to its condition prior , to sustaining damage, all in accordance with requirements of the Contract Documents. The Contractor is responsible for any and all damage done to existing property and ' adjacent properties during all construction work under this Contract, and the Contractor shall, at its expense, make any repairs that result from its operations, to ' the approval of the Engineer and the subject property owner. Patenoio Lane Drainage Improvements ' City Pro]eot No,06.17,Phase 1 CONSTRUCTION DETAILS 4120107 SPECIAI-PROVISIONS-SECTION 10• PAGE 4 Special Note: The work requires installation of storm drain improvements that cross through and under an existing stacked-in-place, rock wall. It is the express desire of the City and adjacent property owners that this wall be protected in place to the greatest extent possible. The Contractor shall limit its removal of the rock wall to only that length necessary to install the Work. The Contractor shall carefully protect all rock and materials removed from the wall as necessary to install the Work, and reconstruct the stacked-in-place rock wall to its former condition. The remaining portion of the rock wall shall be protected in place. Payment for protecting in place, ' removing and reconstructing the existing stacked-in-place rock wall, including remove and repair to damaged portions beyond the limits of the Work caused by Contractor, shall be considered as included in the contract unit price bid per foot for "Install 12" Storm brain," and no separate payment shall be allowed therefore. ' 10-3.1.2 Trees Within Project Limits - The Contractor shall exercise all necessary precaution to avoid damage to, or destruction of, any trees or shrubs, growing within the project limits, including private property and street right-of-way, and shall not ' trim, remove, or relocate any trees unless such trees have been approved or designated for trimming, removal, or relocation by the property owner, or the City, as the case may be. All existing trees and shrubs which are damaged during ' construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City to the satisfaction of said property owner, or the City, Tree trimming and replacement shall be as directed by the Engineer. 10-3.1.3 Rights of Way. - The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, -television, telegraph, or electric transmission line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefore from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same. ' Maintaining in Service: All oil and gasoline pipelines, power, and telephone ' television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be ' responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. ' Special Note: The Work requires installation of storm drain improvements that cross existing utility lines. The Contractor is advised that Time Warner, Southern California Edison, Southern California Gas Co., and Desert Water Agency facilities cross within Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 CONSTRUCTION DETAILS 4/20107 SPECIAL PROVISIONS-SECTION 10• PAGE 5 1 the area of Work. It shall be the Contractor's responsibility to coordinate the support ' and protection of these facilities as necessary to install the storm drain improvements. All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the utility owner before being concealed by backfill or ' other work. 10-3.2 Removals 10-3.2.1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall ' provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. 10-3.2.2 Asphalt Concrete Pavement. - Remove sections of concrete pavement, , located within the right-of-way and on private property. Asphalt pavement shall be neatly sawed in straight lines either parallel to the edge of pavement or at right ' angles to the alignment of the road. 10-3.2.3 Portland Cement Concrete. - A portion of a private Portland cement concrete walkway connecting to the south side of West Patencio Lane shall be removed as needed to the nearest existing score line and replaced to adjust the walkway grade to match the new top of curb in accordance with the project plans. Payment for removal of the walkway shall be considered as included in the various bid items of work on the Bid Schedule, and no additional compensation will be allowed therefore. ' 10-3.2.4 Payment. Payment for asphalt concrete pavement removals required ' hereunder shall be paid for at the unit price bid per square foot for "Remove Existing A.C. Pavement,", and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of asphalt concrete pavement surfaces, ' and no additional compensation will be allowed therefore. Payment for other materials identified herein or on the Project Drawings shall be considered as included in the various bid items of work on the Bid Schedule, and no ' additional compensation will be allowed therefore. 10-4 SUBGRADE PREPARATION ' 10-4.1 Subgrade Preparation. - Preparation of subgrade shall conform to Section 301-1 .2 of the "Greenbook" Standard Specifications. The subgrade shall have a ' minimum thickness of 24 inches. New asphalt concrete pavement is to be placed on Patencio Lane Drainage Improvements ' City Project No.06-17, Phase 1 4/20/07 CONSTRUCTION DETAILS SPECIAL PROVISIONS , SECTION 10- PAGE 6 crushed miscellaneous base within the public right-of-way for West Patencio Lane, or on prepared subgrade for the private driveway to 440 Patencio Road. ' The top 6 inches of subgrade material shall be compacted to a relative compaction of 95% in accordance with the City of Palm Springs Street Pavement Requirements Standard Drawing Number 110. However, subgrade material where curb, gutter, and sidewalk are to be constructed shall be compacted to a relative compaction of 90% in agreement with Section 301-1 .3 of the "Greenbook" Standard Specifications. 10-4.2 Grade Tolerance. - Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0.05 feet above or below the grade established on the project plans. ' 10-4.3 Watering. - Water for use in subgrade preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits. Water shall be applied to compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. ' 10-4.4 Payment, - Payment for preparation of subgrade shall be considered as included in the item of work for which the subgrade is prepared. 10-5 CRUSHED MISCELLANEOUS BASE 10-5.1 Material. - All base material shall be crushed miscellaneous base that has been imported to the site, Base material shall conform to Section 200-2.4 "Crushed Miscellaneous Base" of the Standard Specifications. 10-5,2 Payment. - Payment for Crushed Miscellaneous Base shall be made at the unit price bid per square foot for "Construct 4" Crushed Miscellaneous Base". Payment shall include full compensation for construction of crushed miscellaneous base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the Standard Specifications and these special provisions. ' 10-6 ASPHALT CONCRETE 10-6.1 Asphalt Concrete Pavement. Asphalt concrete pavement shall be placed in a single lift consisting of C2-AR4000 asphalt concrete pavement, Alternatively, upon approval by the Engineer, performance grade (PG) asphalt binder may be used in lieu of Type AR4000 asphalt binder. Asphalt binder meeting performance grade standards shall comply with Specification Grade PG64-10, in accordance with Section 92 of the 2006 Caltrans Standard Specifications. ' Patencip Lane Drainage Improvements City Project No.06-17, Phase 1 CONSTRUCTION DETAILS 4120/07 ' SPECIAL PROVISIONS- SECTION 10- PAGE 7 The asphalt concrete mixture shall be placed on a prepared base for pavement within ! the public right-of-way, or on prepared subgrade for pavement within the private driveway to 440 Patencio Road. All asphalt concrete pavement construction shall ! conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications. 10-6.2 Aggregate Sampling and Mix Design, - Laboratory tests may be performed at ! the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not ! met. 10-6.3 Tack Coat. - Tack coat shall be a SS-1 h emulsified asphalt and it shall be ! applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for asphalt concrete overlay, and no additional payment will be made therefore, ! 10-6.4 Asphalt Concrete Placement. - Application of asphalt concrete shall conform to Section 302-5.5 "Distribution and Spreading" and Section 302-5.6 "Rolling" of ! the Standard Specifications, 10-6.5 Adjust Sewer Manhole — The Contractor shall adjust the existing sewer manhole ! within the Work area to finish grade. Manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard Drawing No. 402. During adjustment, the Contractor shall cover all mainlines to prevent construction debris from ! falling into the sewer system. The Contractor shall be responsible for all construction debris that enters the sewer and/or drainage system, and shall clean and flush all debris from the drainage system to the satisfaction of the City Engineer. Digital video recording ! of the sewer system prior to and after construction shall be provided by the Contractor to confirm the sewer system was not impacted due to construction. The existing sewer manhole shall be set to grade, with the manhole frame and cover ! matching proposed cross-fall and grade as shown on the Project Drawings, The existing sewer manhole cover shall be salvaged to the City, and replaced by ! Contractor with a water tight sewer manhole, manufactured by Alhambra foundries, Model A-1254B (or approved equal). ! 10-6.6 Adjust Water Meter-- The Contractor shall adjust all existing water meter covers to finish grade. Water meter covers shall be adjusted to grade where shown on the plans ! in accordance with Desert Water Agency Standard Drawing W111. 10-6.7 Measurement and Payment. - Payment for asphalt concrete pavement shall ! be made at the contract unit price bid per square foot for "Construct 2%2" A.C. Pavement", or "Construct 3" A.C. Pavement," constructed as shown on the plans, as ! specified in the standard specifications and in these special provisions and as directed by the Engineer. Patencio Lane Drainage Improvements ! City Project No-06-17, Phase 1 CONSTRUCTION DETAILS 4l20/07 SPECIAL PROVISIONS-SECTION 10- PAGE 8 ! 1 ' No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be included in the unit price bid for asphalt ' concrete. Payment for adjustment of the existing sewer manhole, including replacement of the existing manhole cover with a water tight manhole cover, shall be considered as included in the contract unit price bid per square foot for "Construct 2'/z" A.C. Pavement", and no additional payment shall be allowed therefore. 1 Payment for adjustment of the existing water meter cover to grade, shall be considered as included in the contract unit price bid per square foot for "Construct 2'/2" A.C. Pavement", and no additional payment shall be allowed therefore. Payment for removing the existing railroad tie header (located on the private ' driveway to the property located at 440 Patencio Road), adjusting its length, and reinstalling it to match the new pavement grade, shall be considered as included in the contract unit price bid per square foot for "Construct 2'/z" A.C. Pavement", and ' no additional payment shall be allowed therefore. ' Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, ' [and preparation of subgradel and tack coat, in accordance with the standard specifications and these special provisions. 10-7 PORTLAND CEMENT CONCRETE 10-7.1 Material. - Portland Cement Concrete of the class and type shown on City ' Standard Drawings shall be used to construct new curbs, cross-gutter, and walkway. Where class and type are not specified in the standard drawings or plans, Portland cement concrete of Type 560-C-3250 (6 Sack) shall be used for construction. 10-7.2 Curb. - Construction of new curb shall conform to the City of Palm Springs Curb Standard Drawing Number 200. Portland cement concrete of Type 560-C- ' 3250 (6 Sack) shall be used for construction. Type A1-6 curb, and variable height curb, shall be constructed to the dimensions as specified in the City's Standard Drawing, except as may be modified as shown on the Project Drawings and/or ' Details. Application details and other specifications not explicitly shown or stated in the City's Standard Drawing shall conform to Section 303-5 the Standard Specifications. ' Payment for Type Al-6 curb shall be made at the contract unit price bid per foot for "Construct Type A1-6 Curb (Variable Weight)," and no additional payment shall be ' allowed therefore. ' Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 4120l07 CONSTRUCTION DETAILS SPECIAI. PROVISIONS- SECTION 10-PAGE 9 1 Payment for the variable height curb (2" — 10"), constructed integrally and as part of ' the storm drain catch basin, in accordance with Detail 9 on Sheet 3 of the Project Drawings, shall be considered as included in the contract unit price each for "Construct Storm Drain Catch Basin (Detail 9, Sheet 3)," and no additional compensation shall be allowed therefore. 10-7.3 Cross-Gutter. Construction of cross-gutter shall conform to the City of Palm Springs Standard Drawing Number 200. Type B2 cross-gutter shall be constructed to the dimensions as specified in the City's Standard Drawing. Reference shall be ' made to the Project Drawings for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications. Payment for the cross- gutter shall be made at the contract unit price bid per foot for "Construct Type B2 Cross Gutter," and no additional compensation shall be allowed therefore. 10-7.4 Walkway. - A portion of a private Portland cement concrete walkway ' connecting to the south side of Patencio Lane shall be removed and reconstructed to finish grade to match the top of new curb. The new Portland cement concrete ' walkway shall match the color of the existing walkway, and any grade break created by new construction shall not exceed two percent (2%). Payment for the Portland cement concrete walkway shall be considered as included in the various items of ' work in the Bid Schedule, and no additional compensation will be allowed therefore. 10-8 STORM DRAIN ' 10-8.1 HDPE Storm Drain Pipe. The storm drain pipe shall conform to Section 207- 18 of the Standard Specifications, entitled "Annular High Density Polyethylene Pipe ' With Smooth Interior, Corrugated Exterior, With Bell-And-Spigot Joints." Construction of storm drain pipe shall conform to Section 306 of the Standard Specifications. ' Special Note: Installation of the 8" HDPE storm drain pipe requires coordination with the adjacent property owner, and confirmation that the existing sump pump box has ' been removed of existing pump equipment and other items. The existing inlets or outlets from the existing sump box shall be sealed with water-tight grout as necessary to construct the new 8" storm drain outlet into the storm drain catch ' basin, as shown in Section B-B, Detail 9, on Sheet 3. The Contractor is advised that the existing sump box, if in poor or unusable condition, as determined by the ' Engineer, shall be replaced in like kind with a new pre-cast or formed concrete catch basin. Installation of the 8" HDPE storm drain pipe requires the protection and bracing of existing utilities. It is the Contractor's responsibility to coordinate the protection and/or bracing of these existing utilities as necessary to install the 8" HDPE storm drain pipe from the existing (or replaced) sump pump box to the storm drain catch basin, as shown on the Project Drawings. The Contractor shall, if ' necessary, revise the alignment and/or profile of the 8" HDPE storm drain pipe to accommodate the actual locations and depth of utilities, if different than as shown on the Project Drawings. Revisions shall be approved by the Engineer prior to Patencio Lane Drainage Improvements City Projeet No.06-17,Phase 1 CONSTRUCTION DETAILS 4120107 SPECIAL PROVISIONS-SECTION 10-PAGE 10 1 1 construction. Positive drainage from the existing sump pump box to the storm drain catch basin shall be provided. Special Note: Installation of the 12" HDPE storm drain pipe requires the removal and replacement of an existing stacked-in-place, rock wall. The Contractor shall limit its ' removal of the rock wall to only that length necessary to install the Work. The Contractor shall carefully protect all rock and materials removed from the wall as necessary to install the Work, and reconstruct the stacked-in-place rock wall to its ' former condition. The remaining portion of the rock wall shall be protected in place. Installation of the 12" HDPE storm drain pipe requires the protection and bracing of existing utilities located on either side of the existing stacked-in-place, rock wall. It ' is the Contractor's responsibility to coordinate the protection and/or bracing of these existing utilities as necessary to Install the 12" HDPE storm drain pipe from the storm ' drain catch basin to the storm drain outlet structure, as shown on the Project Drawings. The Contractor shall, if necessary, revise the alignment and/or profile of the 8" HDPE storm drain pipe to accommodate the actual locations and depth of ' utilities, if different than as shown on the Project Drawings. Revisions shall be approved by the Engineer prior to construction. Positive drainage from the storm drain catch basin -to the storm drain outlet structure shall be provided. 10-8.2 Storm Drain Catch Basin. — A new storm drain catch basin with modified local depression shall be constructed with pre-cast concrete modules of catch basin ' model 2424CB, as manufactured by Brooks Products, Ontario, California or approved equal. Construction of the storm drain catch basin with modified local depression shall conform to Detail 9, Sheet 3, on the Project Drawings, including integral variable height curb (2" -- 10"), local depression, catch basin box modules, traffic grate, and associated improvements as shown on the Detail. 10-8.3 Storm Drain Parkway Manhole. — A new storm drain parkway manhole shall be constructed with pre-cast concrete modules of catch basin model 2424CB, as manufactured by Brooks Products, Ontario, California or approved equal. ' Construction of the storm drain parkway manhole shall conform to Detail 12, Sheet 3, on the Project Drawings, including catch basin box modules, steel cover, and associated improvements as shown on the Detail. 10-8.4 Storm Drain Outlet Structure. — A new storm drain outlet structure shall be constructed with pre-cast concrete modules of catch basin model 2424CB, as ' manufactured by Brooks Products, Ontario, California or approved equal. Construction of the storm drain outlet structure shall conform to Detail 13, Sheet 3, on the Project Drawings, including catch basin box modules, traffic grate, reinforced concrete footings, 4 feet wide by 2 feet deep 1 1/z" clean washed gravel, filter fabric, and associated improvements as shown on the Detail. Clean washed gravel shall ' comply with Section 200-1 .4 "Course Aggregate for Portland Cement Concrete" of the Standard Specifications. A filter fabric, consisting of a non-woven geosynthetic fabric, shall be wrapped entirely along all sides of the clean washed gravel (top, ' bottom, and sides), and appropriately secured in place following installation of gravel. Patencio Lane Drainage Improvements City Project No.00-17,Phase 1 4120/07 CONSTRUCTION DETAILS ' SPECIAL PROVISIONS-SECTION 10- PAGE 11 1 The filter fabric shall conform to Section 213-2, Table 213-2.2A (Non Woven) of the ' Standard Specifications, unless otherwise approved by the Engineer. 10-8.2 Payment. - Payment for 8" HDPE storm drain pipe, installation, and associated work, including protection and/or bracing of existing utilities, removal of existing sump pump box (if required by the Engineer), and associated work, shall be ' made at the contract unit price bid per foot for "Install 8" Storm Drain," and shall constitute full compensation for furnishing and placing such pipe, all earthwork including excavation, dewatering, bedding, backfill, compaction, pipe jointing, ' connection to structures, in accordance with the Standard Specifications, these Special Provisions, the Project Drawings, and as directed by the Engineer. ' Payment for 12" HDPE storm drain pipe, installation, and associated work, including protection and/or bracing of existing utilities; removal, replacement and protection of ' existing stacked-in-place rock wall, and associated work, shall be made at the contract unit price bid per foot for "Install 12" Storm Drain," and shall constitute full compensation for furnishing and placing such pipe, all earthwork including ' excavation, dewatering, bedding, backfill, compaction, pipe jointing, connection to structures, in accordance with the Standard Specifications, these Special Provisions, the Project Drawings, and as directed by the Engineer. Payment for the storm drain catch basin including modified local depression, and associated work, shall be made at the unit price bid per each for "Construct Storm ' Drain Catch Basin (Detail 9, Sheet 3)," and shall constitute full compensation for furnishing and placing such structure, all earthwork including excavation, dewatering, bedding, backfill, compaction, pipe jointing, connection to structures, in accordance ' with the Standard Specifications, these Special Provisions, the Project Drawings, and as directed by the Engineer. Payment for the storm drain parkway manhole, and associated work, shall be made ' at the unit price bid per each for "Construct Storm Drain Parkway Manhole (Detail 12, Sheet 3)," and shall constitute full compensation for furnishing and placing such structure, all earthwork including excavation, dewatering, bedding, backfill, compaction, pipe jointing, connection to structures, in accordance with the Standard Specifications, these Special Provisions, the Project Drawings, and as directed by the ' Engineer. Payment for the storm drain outlet structure, and associated work, shall be made at ' the unit price bid per each for "Construct Storm Drain Outlet Structure (Detail 13, Sheet 3)," and shall constitute full compensation for furnishing and placing such structure, all earthwork including excavation, dewatering, bedding, backfill, compaction, pipe jointing, connection to structures, in accordance with the Standard Specifications, these Special Provisions, the Project Drawings, and as directed by the ' Engineer. Patencio Lane Drainage Improvements , City Project No.06-17, Phase 1 4/20/07 CONSTRUCTION DETAILS SPECIAL PROVISIONS- SECTION 10, PAGE 12 1 1 10-8.3 Sheeting, Shoring, and Bracing or Equivalent Method. - Payment for temporary sheeting, shoring, bracing or equivalent method, will be based upon completion of all planning, design, engineering, furnishing, and construction, and the removal and disposal of all such temporary sheeting, shoring, and bracing required for installation of storm drain pipe and facilities, and required for installation of storm drain laterals, shall be made at the lump sum bid price, complete, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor ' Code. END OF SECTION - 1 1 1 1 1 ' Patencio Lane Drainage Improvements City Project No.06-17,Phase 1 4120/07 CONSTRUCTION DETAILS ' SPECIAL PROVISIONS-SECTION 10- PAGE 13 1 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT ' PART III -APPENDIX PATENCIO LANE DRAINAGE IMPROVEMENTS CITY PROJECT NO. 06-17 (Phase 1) 1 Miscellaneous Drawings Drainage Easement Dust Control Sign ' Standard Drawings ' City of Palm Springs 100 170 zoo 402 Vendor Drawings Advanced Drainage Systems STD-101 ' STD-201 Brooks Products 2424CB Patencio Lane Drainage Improvements City Project No.00-17.Phase 1 CONTENTS CO 4/20/07 PART III 1 EXHIBIT "B" I LOT 50 20' I � � w SYRON A. CAIN TRACT I I al RS 15 PAARCELEL 5 i TAH4UITZ PARK NO, 2 MD 19/2 LOT 49 12.5' PATENCIO LANE_ CKan I, TT N89'50'00"W Izi P.0.0, 5/W CORNER i LOT 48 OF LOT 49 IpFESSIay. n ,gyp J. 9MQ 'Y LINE DATA I 0 DELTA LENGTH Q N89'50'00"E 10.00' * No. C-28931 Exp.00-31-H007 Q 50008'00'E 15,00' ��gT� VCAU� 04 NOO'08'00"W 50.00' tl DATE, I �0§ PALMSP CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING GRANT OF EASEMENT DEPARTMENT LEGAL DESCRIPTION: ws-K;N eY: SCALE: FILE NO.: _ " ' PORTION OF LOT 49, TAHQUITZ PARK JRM 1 = 60 R-04--020 NO. 2, MB 19/2. CHECKED SY: DATE SHEET NO.: DJB 4/15/04 2 OF 2 8 . 00 FONT SIZE PROJECT: PATENCIO LANE DRAINAGE 3 " IMPROVEMENTS 3 " CONTRACTOR : XXXXXX XXXXXXXXXXX 3° CITY PROJECT NO : 06 - 17 ( PHASE 1 ) 3 " IF YOU SEE DUST COMING 3 " FROM THIS PROJECT CALL : 3 " -n JOH N DOE XXX - XXX - XXXX 4 1 /2 1F YOU DO NOT GET A RESPONSE PLEASE CALL: 2 1 /4" CITY OF PALM SPRINGS: 760- 323- 8253 2 1 /4" AFTER HOURS OR WEEKENDS PLEASE CALL: 2 1 /4" CITY OF PALM SPRINGS POLICE DEPT: 760- 323 - 8115 2 1 /4" OR CALL THE AQMD AT 1 - 800- 288- 7664 2 1 /4" DUST CONTROL SIGN NO. REVISIONS APPROVED DATE MONUMENTHANDHOLE FRAME+ -COVER-ALHAMBRA FOUNDRY CO.A-292D PAVEMENT ' P.C.CONCRETE WITHPH WSP SCREW P I'OALVANTLED IRON PIPE 1 1 MONUMENT PLACEMENT LOCATION SHOWN THUS.- ' 1 NOTES: 1, MONUMENT SHALL BE FURNISHED AND SET BY A LICENSED SURVEYOR OR CNIL ENGINEER REGISTERED PRIOR TO JAN.11982 MONUMENT SHALL CONSIST OFr SURVEYOR'S OR ENGINEER'S TAG,5ECURED WITH ROUND ' HEAD PHIWPS SCREW SET TO TRUE POSITION,IN TOP OF CEMENT MOTAR CORE,IN I'GALVANEW IRON PIPE, IN CONCRETE- ?- FOR USE AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS ONLY. tCITY OF PALM SPRINGS APPROVECWj��- DATE hRPARTMf NT OF TRANSPORTATION ��'`�j 28931 ' CITY ENGINEER R.c STANDARD MONUMENT TYPE A nR.AWN 4�Y S.j c. ' STANDARDS CHECKED BY: E.R.F. DWG. NO 10p ' NO REVISIONS APPROVED DATE ' STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE 10 CURB FACE 1 .. 2.00% CENTERLINE TO LIP OF GUT"ICR I 200% CENTERLINE TO LIP DF GUTTER ^ ASPHALT CONCRETE PAVEMENT OVER ` COMPACTED CRUSHED MISCEI-LANEOUS ' BASE AS DESCRIBED BELOW IP,C.0 CURB AND GUTTER PER CP.S. STD DWG 200 STREET WIDTH CROWN HEIGHT 84, .84 B 76 64• 64 S2' .52 40 .40 36 '6 32' 32 ' MINOR STREETS. 2.1/2 INCHES OF ASPI-IA'LT CONCRETE II LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION COLLECTOR ,AND SECONDARY STREETS: 3 INCHES OF ASPHALT CONCRETE 11 LIFTI OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASIC AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE 12 LIFTS) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE ' AND A MIN SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. NOTES ' I, THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM, ALL SECTIONS TO BE VERIFIED BY SOILS ANALYSIS BY LICENShD SOILS ENGINEER. P ASPHALT RUBBER HOT Mlx A.R.HMI IS AN Af CPPTARIF 511B5 TITUlE FOR THE ASPHALT SPECIFIED SUBJECT TO VERIFICATION BY THE CITY ENGINECR. ' MIN 2' NEW CONSTRUCTION MIN. I-1/2' CAP OVER EXISTING PAVEMENT 3 ASPHALT SHALL BE AR-1000 INSTALLED PER S'IANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION AC TYPE TD BE SPECIFIED BY CITY ENGINEER. 4. PAVEMENT SMALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. S. AC. PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER ' CITY OF PALM SPRINGS APPRO 4; DATE: A G DEPARTMENT OF PUBLIC WORKS �42 28931 CITY ENGINEER R C E. STREET PAVEMENT REQUIREMENTS DRAWN BY 5 J C. ILL NO. STANDARDS CHOCKED EM ER F. DWC NO. 110 1 NO. REVISIONS APPROVED DATE 1 1 F4 Rc 1/2" 1tR=1/2" 24A. C. PVMNT, 1/4'" LIP ITYP.I C. PVMNT,_j7 1/2 �8"-••f A1•-6 Al-8 A2-6 A. C. PVMT. I �(�1 I/2'� 8..N a I io I/4'• LIP ITVPJ R=I" � '• r_+ L • � N t0 A2-8 ON517E ONLY ONSITE ONLY 1 B1 B2 24' �ry 3 3' 1 2A SLOPE f1/2 SLORE 8 N � FLOWLINE 1 ^•4 OF GUTTER - "I 1/2" FIBER EXPANSION JOINT 6 CROSSGUTTER-SECONDARY THOROUGHFARE D1 1 Cl - END OF CURB 4. 4, o 1 2 1 6, 2'. I I I SLOPE t—'1/2 SLORE B 1 E • :. .. .: 8 • ' • ... .. O' CROSSGUITER-MAJOR THOROUGHFARE NOTES: D2 A. C. PVMT. 1 I. TYPES A-HIGH DIKE, AI-6, AND AI.B ARE BARRIER CURBS A-HIGH DIKE 2 TYPES A,B,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE, 560•C•3250 IS SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IE AR 6DO01 1 4 TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5, ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2' RADIUS. 6. A,C. PAVEMENT SHALL BE 1/4' ABOVE LIP OF GUTTER. 7 EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-54. SCORING 5 FEET MAXIMUM. 1 SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET. CITY OF PALM SPRINGS APPROV DATE: DEPARTMENT OF PUBLIC WORKS — 2 931 1 CITY ENGINEER R.C.E. DRAWN BY: S.J.C. FILE NO. STANDARDS CURB AND GUTTER CHECKED BY, E•R•F, DWG. NO 200 1 ' NO. REVISIONS APPROVED DATE P C CONCRETE RING PER SUBSECTION 303.5,1 OF THE STANDARD SPECIFICATIONS Sill TOP OF STANDARD MANHOLE FRAME AND 1560-C-3250-6 SACKI COVEH AT FINISH GRADE OF STREET PAVEMENT SEE CP.S STD. DWG. NO. 400 ' 1/4" Ilyp1 f al AALT CONCRETE �. � 'nPROVIDE. B" ADJUSTMENT PAEMENT THICKNESS i 3-24'X3" GRADE RINGS �. AS SHOWN ON PLANS ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.2.2 AND 303.1 E 2 OF' rHE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. 1 NOTES: I WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH DAY FOUNDRY MODEL NOS 1310/1 , 1 1/4". 2", AND, 1312/1', 1 1/4", AND 2" OR EQUAL. SOUTH DAY FOUNDRY, P.U. BOX 1256, NATIONAL CITY, CA, 91950, I6191 474-8/I Sl. ' 2. MAXIMUM OF 3 GRADE RINGS. CITY OF PALM SPRINGS' APPROVER �/ DATE r DEPARTMENT OF TRANSPORTATION �j~X� CITY ENGINEER R.aE TOP OF MANHOLE DRAWN BY FILE No RBJ STANDARD DETAIL CHECKED BY. DWG. NO, 402 w■ �w w w w w w w w w w w w ■� w w ■■■ w w TRENCH INSTALLATION DETAIL NOTES: 1. FOUNDATIDN: WHERE THE TRENCH BOTTOM IS UNSTABLE, THE CONTRACTOR SHALL EXCAVATE TO A DEPTH RERHoREO 8Y THE ENGINEER AND REPLACE WITH A FOUNDATION OF CLASS I OR II MATERIAL AS Dv"IHEil IN ASTM 02321, "STANDARD PRACTICE FOR INSTALLATION OF THERMOPLASHC GROUND SURFACE I PIPE FOR SEWERS AND OTHER GRAM'-RAW 1 APPUCAMONS,' LATEST EDMONI AS AN ALTERNATIVE AND AT THE DISGRERPN OF THE ENGINEER, THE TRENCH BDITON MAY DE STABILIZED USING A WOVEN CBOTEXHLE FABRIC. 2. BEDDI'IG: SUITABLE MATERAL SHALL RE CLASS 1, 11 OR III AND INSTALLED AS REOUIREO IN ASTM FINAL B^.CKFILL 02321, LATEST EOITICN. UNDISTURBED UIIIESS OTHERWISE SPECIFIED BY THE ENGINEER, EARTH MINIMUM BEDDING T,gCKNESS SHALL BE 4' (100mm) FOR ` -24" (100-600mm) CORRUGATED POLYETHYLENE PIPE (CPEP); 5' (L50mm) FOR 30"-60' (750-1500mrn) CPEP. 3. H INCHHIC AND INOTAJ BACKFH I_: SUNAE,F MATERIAL ADS PIPE RFTIAL BACKF:'_L, SFALL BE CLASS 1, 11 OR 111 AND INSTALLED AS ' B"-12' (150-30Gnm) REQUIRED IN ASTM 02321, LATEST EDITION, ABOVE TOP OF PIPE. 4. UNLESS OTHERWISE SPECIFIEO BY THE ENGINEER, MINIMUM TRENCH V110THS SHALL HE AS FOLLOAS: -HALPNCHING, TO R'OMINAL 6 M N. RECCIMMENOEO fl �RINGUNE OF PIPE 4n Imml TRENCHWID,Din lmml �EEDOIKG MATERIAL 6 150 23 ISM 8 200 25 839 19 250 28 719 FOB:IDAPON� 18 450 39 990 ITN. TREKCH WIDTH 24 COO 48 I'l220J 39 750 5B i6 a3fi 300 78 980 42 1050 83 2110 TYPICAL TRENCH CROSS-SECTION 48 1200 89 2260 (N,T.S.) Go (7500) 102 (259o) 5. MINIMUM COYtTi: MINIMUM RECO"ENDED DEPTHS OF COVER FOR VARIOUS DIVE LA:AR,- CONDITIONS ARE SUMMARIZED IN T} FOLLOWING TABLE. UKIESS OTHERAISE NOTED, AL OIMENSI NS ARE TAKEN FROM THE TOP OF PIPE TO THE GROUND SURFACE. NO TO 1NENGINEER: WHEN THIS DEFAL IS TO EE INCORPORATED SURFACE LIE MINIIAIM RECOMMENDED INTO CONTRACT DOCUMENTS, PLEffiE REFERENCE S=CRO:N X-2, LIMING CONDITION COVER 'n [mmT "RECOMMENDATIONS FOR INCORPORATION INTO CONTRACT DOCUMENTS' OF ASTM SPECIFICATION D2321, 'STANDARD PRACTICE FOR UNDERGROUND H25 (FLEXIBLE PAVEMENT) 12 (30D), 24 (600) FOR EO' (1500) PIPv INSTALLATION OF THMMOPLASTIC PIPE FOR SEWERS AND OTHER GRAVITY- H25 (RIGID PAVEMENT) 12 (300), 24 (C-00) FOR E9' (1500) PIPE FLO'N APPLICATIONS' SO THAT APPROPRIATE MODIFICATIONS CAN BE MADE ESO RALR'AY 21 (000) TO ACCOMMODATE SITE SPECIFIC NEEDS. HEAVY CUNSTRUCHO:N 48 (1200) 'TOP OF PlPn TO BOTTOM O BIUMINOUS PAVEMENT SECTION m I y�j 1 Im REVLSIONS mC-S 116 num m cUANSRAP-I Pf[WL'J!]',➢INfYJ.ifM 0.II$TiJp1LT5 . ms me Eo-xlcren uPu wl. N inOr m m ws'zEmuvalwacn5 Tr➢x wu• �� HY Owe N ..W.,srxE OR Uc nFc ro S rMT ME P-RRen TO rx.+�uW 3!1 !85'SfAYV 40 Ml 6 Im uaE TO 9liTE'E]'wr 40-1 4 SATE cR LIX OF fAl2'IS./Yo h (cT 1U WT lH]? �LiJ -LJ EC.k0 NNAY9 MHNE+^SId11xc MI5Y M PPCR TO TOE v<a�fRl` 4 CF 1M PRCL�.. IBS MA'S I�AVI ,,R]T MW W }p)i1iL 5{ piE1L�C fs w R'� 7: i c( f�}3 Iw ms.lL1sl.V" s LR CE11V1i0I15 f 1H5 srr<suel oETni• K.M.J. b-7-9fl Px.O. 6-7-99 u"1D-101 w w w w w w w w w w w w w w w w w w w GROUTED MANHOLE CONNECTION FOR NON-INATERTIGHT APPLICATIONS ONLY CAST IRON CRATE CROWED SURFACE- AND FRlTAEA CLASS 1 OR 11 13ACNFILL, PER A5761 D2321, COMPACTED IN E' (200.m) IdSR. LIFTS TO A MIN. OF SO% OF MW . SPD TYPICAL "PiOLE VARIES RLL VOID SPACE FEU.� rUA TEhABLE NAIlH(ILE PIPE 7AL .7 f U1IMSRIRHED (54Rm OPENING DIAMETER - -- `!D5 N-72 Z-1ER INSURE BSCKF.LL IS PLPCEO OUTSIDEU COMPACTED AND PROPERLY C) ADS d-€ 12' Qolh,n) MIN. 6' C ) NRJ. fS MIN. FOUND CLASS I DR II FOUNDATION 6CASS I CR II ATION1 BED➢I8G H'c➢RING SIDE VIEW TRENCH CROSS-SECTIDN FILL VOID SPACE BETWEEN ADS PIPE AND MANHOLE OPENING WITH A NON—SHRINK GROUT MATERIAL ft . •_,n�u�nz^,a•:�;w svFa ov"xN srreLs.r CIL6'I HL' FFEFI . Rx'vrfilONS S A g ORM_i0 hJYJ451PA1E Yr7]N.iE'!S9".tiSffLAI].Y [F TiS FIYGJCrO 1.l.... n[ alE cx��➢APTA'vtP IY MOWN To N RODOW A' 45.131 FIE 4VY OE 4� HY DA� octal wawa,S w,OR wui�rw a F<,. Ta Tn;rx tuc em nH+nm DV&I N n atFnrto TO wxsi:cce urr MrG•td,Va,w&Oc sFEnrrw %Av0 P RCRIMT_LC THST MWE�MINM uv +a•.wm caw¢sism,m ca�n.r�P14pi m THE IhSf✓:LUEYI of ws Frw_ns. ms IlU NOT Mc� X+ a y.an er > nrm>R osimo 1 2F15 Y.0 FL"V.•i^.,_M FM AW OR s -j Oar .• K.M.S. 3-2-89 P.X.C. 5-2-89 STID-201 1 2424 CAST IRON GRATE 2424 TOP SECTION (WITH GALVANIZED FRAME) PARKWAY 112 lbs. 2424 STEEL GRATES PARKWAY 48 lbs 24 4"' TRAFFIC 103 lbs. r' SEE -26 ` �J CHART •',�' 2424 LOWER SECTION (NO FRAME) NOTE USE 12" 18' 24"LOWERS TO 26" INCREASE DEPTH UP TO AMAXIMUM OF 72 2 114" ` :-.- 2424 STEEL COVER I'r �.. ,.. . �, �� .... 0 \ \ 4 •FJ `�. PARKWAY 811b 24,,• s. .` {I �, 24",1. � �lv' ji •. TRAFFIC 1141hs. o, =.. SEE a-a—a—o—o— o—o—r—o—a—I CHART �—a—o—o—o—o— !°w4°°OTV .�T3-o£TYTa 26 114" y6 1/4' ' 34" 34., 2424 BOTTOM SECTION (WITH OR WITHOUT FRAME) NOTES- 1.GRATES ANC]COVERSAVALABLE PAINTED BLACK OR GALVANIZED 2."ADA"GRATES AVAILABLE IN PARKWAY&TRAFFIC ' 3."MEEL PROOF'GRATES AVAILABLE IN PARKWAY ONLY 4.A TOP SECTION WITH FRAME MUST BE USED IF BOLT DOWN REQUIREDTop 2 14 1 2424 T6 6" 270 NONE 2424 T12 12" 495 (4)6"x 11' _�� SEE CHART 242A T18 18" 745 (4)9"x 92'" \ 2424 T24 24" 870 (4)14"x 14" 2424 E6 6" 270 NONE "� _ - W`� -, ,, 1 LOWER 34" 34" SECTION • • 2424 L12 12" 495 (4)6"x I V 2424 L18 18" 745 (4) 9"x 12" ' 2424 L24 24" 870 (4)14"x 14" • 24"x 24" Alp • • CATCH BASIN 2424 630 30" 1595 (4) 18"x 1 B" 2424 B35 36" 1905 (4) 1 B"x 18" 11-23-99 02-28-00